61
1 | Page ALL INDIA INSTITUTE OF MEDICAL SCIENCES, RAIPUR OFFICE OF THE EXECUTIVE ENGINEER PROJECT CELL AIIMS, RAIPUR NOTICE INVITING e-TENDER N.I.T. NO. 26/EE/AIIMS/RPR/2019-20 NAME OF WORK: -“Development of lower ground floor of Animal House at AIIMS Raipur.” ESTIMATED COST: Rs. 17, 32,741.00 EARNEST MONEY: Rs.34, 700.00 CONTRACT PERIOD: 90days Executive Engineer (Civil) AIIMS, Raipur

ALL INDIA INSTITUTE OF MEDICAL SCIENCES, RAIPUR · 2019. 10. 28. · 2 | P a g e INDEX Name of Work: - ^Development of lower ground floor of Animal House at AIIMS Raipur. Sl. No From

  • Upload
    others

  • View
    1

  • Download
    0

Embed Size (px)

Citation preview

Page 1: ALL INDIA INSTITUTE OF MEDICAL SCIENCES, RAIPUR · 2019. 10. 28. · 2 | P a g e INDEX Name of Work: - ^Development of lower ground floor of Animal House at AIIMS Raipur. Sl. No From

1 | P a g e

ALL INDIA INSTITUTE OF MEDICAL SCIENCES, RAIPUR

OFFICE OF

THE EXECUTIVE ENGINEER PROJECT CELL AIIMS, RAIPUR

NOTICE INVITING e-TENDER

N.I.T. NO. 26/EE/AIIMS/RPR/2019-20

NAME OF WORK: -“Development of lower ground floor of Animal House at AIIMS Raipur.”

ESTIMATED COST: Rs. 17, 32,741.00

EARNEST MONEY: Rs.34, 700.00

CONTRACT PERIOD: 90days

Executive Engineer (Civil)

AIIMS, Raipur

Page 2: ALL INDIA INSTITUTE OF MEDICAL SCIENCES, RAIPUR · 2019. 10. 28. · 2 | P a g e INDEX Name of Work: - ^Development of lower ground floor of Animal House at AIIMS Raipur. Sl. No From

2 | P a g e

INDEX

Name of Work: - “Development of lower ground floor of Animal House at AIIMS Raipur.”

Sl. No

Particulars Page No.

From To

1 Cover Page 1

2 Index 2

3 Instructions for online bid submission 3 5

4 Notice Inviting e-Tender 6

5 INFORMATION AND INSTRUCTIONS FOR BIDDERS FOR e-TENDERING 7 11

6 List of Mandatory Documents to be filled in by the bidders in various forms to be scanned and uploaded within the period of bid submission

12

7 LETTER OF TRANSMITTAL(Annexure-A) 13

8 FORM FOR DETAILED INFORMATION BY BIDDER (Vendor Details) (Annexure-B) 14

STRUCTURE & ORGANISATION (Annexure-C) 15

DECLARATION(Annexure-D) 16

INTEGRITY PACT(Annexure-E) 17

Acknowledgement & Acceptance Letter(Annexure-F) 18

CONSENT LETTER(Annexure-G) 19

INTEGRITY AGREEMENT 20 24

Percentage Rate Tender/ Item RateTender& Contract for Works 25 26

GENERAL PARTICULAR & ADDITIONAL CONDITIONS OF CONTRACT 27 31

Form of Earnest Money Deposit (Bank Guarantee Bond)Annexure-I 32

FORM OF PERFORMANCE GUARANTEE BANK GUARANTEE 33 34

SPECIAL CONDITIONS OF CONTRACT 35 39

TECHNICAL SPECIFICATIONS 40 43

FORM OF APPLICATION BY THE CONTRACTOR FOR SEEKING EXTENSION OF TIME (Part I) 44

FORM OF APPLICATION OF THE CONTRACTOR FOR SEEKING RESCHEDULING OF THE MILESTONES

45

GUARANTEE BOND TO BE EXECUTED BY CONTRACTORS FOR REMOVAL OF DEFECTS AFTER COMPLETION IN RESPECT OF WATER PROOFING WORKS

46 47

LIST OF SPECIALIZED ITEMS / JOBS 48 51

No Claim Certificate (On company letterhead) 52

APPROVED MATERIALS LIST (ELECTRICAL & CIVIL) 53 57

PROFORMA OF SCHEDULES (A To F) 58 61

Page 3: ALL INDIA INSTITUTE OF MEDICAL SCIENCES, RAIPUR · 2019. 10. 28. · 2 | P a g e INDEX Name of Work: - ^Development of lower ground floor of Animal House at AIIMS Raipur. Sl. No From

3 | P a g e

Instructions for Online Bid Submission

The bidders are required to submit soft copies of their bids electronically on the CPP Portal, using valid Digital Signature Certificates. The instructions given below are meant to assist the bidders in registering on the CPP Portal, prepare their bids in accordance with the requirements and submitting their bids online on the CPP Portal.

More information useful for submitting online bids on the CPP Portal may be obtained at: https://eprocure.gov.in/eprocure/app.

REGISTRATION:

1) Bidders are required to enrol on the e-Procurement module of the Central Public Procurement Portal

(URL: https://eprocure.gov.in/eprocure/app) by clicking on the link “Online bidder Enrolment” on the

CPP Portal which is free of charge.

2) As part of the enrolment process, the bidders will be required to choose a unique username and

assign a password for their accounts.

3) Bidders are advised to register their valid email address and mobile numbers as part of the

registration process. These would be used for any communication from the CPP Portal.

4) Upon enrolment, the bidders will be required to register their valid Digital Signature Certificate (Class

II or Class III Certificates with signing key usage) issued by any Certifying Authority recognized by CCA

India (e.g. Sify / nCode / eMudhra etc.), with their profile.

5) Only one valid DSC should be registered by a bidder. Please note that the bidders are responsible to

ensure that they do not lend their DSC’s to others which may lead to misuse.

6) Bidder then logs in to the site through the secured log-in by entering their user ID / password and the

password of the DSC / e-Token.

SEARCHING FOR TENDER DOCUMENTS:

1) There are various search options built in the CPP Portal, to facilitate bidders to search active tenders

by several parameters. These parameters could include Tender ID, Organization Name, Location, Date,

Value, etc. There is also an option of advanced search for tenders, wherein the bidders may combine a

number of search parameters such as Organization Name, Form of Contract, Location, Date, Other

keywords etc. to search for a tender published on the CPP Portal.

2) Once the bidders have selected the tenders they are interested in, they may download the required

documents / tender schedules. These tenders can be moved to the respective ‘My Tenders’ folder.

This would enable the CPP Portal to intimate the bidders through SMS / e-mail in case there is any

corrigendum issued to the tender document.

3) The bidder should make a note of the unique Tender ID assigned to each tender, in case they want to

obtain any clarification / help from the Helpdesk.

Page 4: ALL INDIA INSTITUTE OF MEDICAL SCIENCES, RAIPUR · 2019. 10. 28. · 2 | P a g e INDEX Name of Work: - ^Development of lower ground floor of Animal House at AIIMS Raipur. Sl. No From

4 | P a g e

PREPARATION OF BIDS:

1) Bidder should take into account any corrigendum published on the tender document before

submitting their bids.

2) Please go through the tender advertisement and the tender document carefully to understand the

documents required to be submitted as part of the bid. Please note the Number of covers in which

the bid documents have to be submitted, the number of documents - including the names and

content of each of the document that need to be submitted. Any deviations from these may lead to

rejection of the bid.

3) Bidder, in advance, should get ready the bid documents to be submitted as indicated in the tender

document / schedule and generally, they can be in PDF / XLS / RAR / DWF/JPG formats. Bid

documents may be scanned with 100 dpi with black and white option which helps in reducing size of

the scanned document.

4) To avoid the time and effort required in uploading the same set of standard documents which are

required to be submitted as a part of every bid, a provision of uploading such standard documents

(e.g. PAN card copy, annual reports, auditor certificates etc.) has been provided to the bidders.

Bidders can use “My Space” or ‘’Other Important Documents’’ area available to them to upload such

documents. These documents may be directly submitted from the “My Space” area while submitting a

bid, and need not be uploaded again and again. This will lead to a reduction in the time required for

bid submission process.

SUBMISSION OF BIDS:

1) Bidder should log into the site well in advance for bid submission so that they can upload the bid in

time i.e. on or before the bid submission time. Bidder will be responsible for any delay due to other

issues.

2) The bidder has to digitally sign and upload the required bid documents one by one as indicated in the

tender document.

3) Bidder has to select the payment option as “offline” to pay the tender fee / EMD as applicable and

enter details of the instrument.

4) Bidder should prepare the EMD as per the instructions specified in the tender document. The original

should be posted/couriered/given in person to the concerned official, latest by the last date of bid

submission or as specified in the tender documents. The details of the DD/any other accepted

instrument, physically sent, should tally with the details available in the scanned copy and the data

entered during bid submission time. Otherwise the uploaded bid will be rejected.

5) Bidders are requested to note that they should necessarily submit their financial bids in the format

provided and no other format is acceptable. If the price bid has been given as a standard BoQ format

with the tender document, then the same is to be downloaded and to be filled by all the bidders.

Bidders are required to download the BoQ file, open it and complete the white coloured

(unprotected) cells with their respective financial quotes and other details (such as name of the

bidder). No other cells should be changed. Once the details have been completed, the bidder should

save it and submit it online, without changing the filename. If the BoQ file is found to be modified by

the bidder, the bid will be rejected.

Page 5: ALL INDIA INSTITUTE OF MEDICAL SCIENCES, RAIPUR · 2019. 10. 28. · 2 | P a g e INDEX Name of Work: - ^Development of lower ground floor of Animal House at AIIMS Raipur. Sl. No From

5 | P a g e

7) The server time (which is displayed on the bidders’ dashboard) will be considered as the standard

time for referencing the deadlines for submission of the bids by the bidders, opening of bids etc. The

bidders should follow this time during bid submission.

8) The documents being submitted by the bidders would be encrypted using PKI encryption all

techniques to ensure the secrecy of the data. The data entered cannot be viewed by unauthorized

persons until the time of bid opening. The confidentiality of the bids is maintained using the secured

Socket Layer 128-bit encryption technology. Data storage encryption of sensitive fields is done. Any

bid document that is uploaded to the server is subjected to symmetric encryption using a system

generated symmetric key.

9) Further this key is subjected to asymmetric encryption using buyers/bid opener’s public keys. Overall,

the uploaded tender documents become readable only after the tender opening by the authorized bid

openers.

10) The uploaded tender documents become readable only after the tender opening by the authorized

bid openers.

11) Upon the successful and timely submission of bids (i.e. after Clicking “Freeze Bid Submission” in the

portal), the portal will give a successful bid submission message & a bid summary will be displayed

with the bid no. and the date & time of submission of the bid with all other relevant details.

12) The bid summary has to be printed and kept as an acknowledgement of the submission of the bid.

This acknowledgement may be used as an entry pass for any bid opening meetings.

ASSISTANCE TO BIDDERS:

1) Any queries relating to the tender document and the terms and conditions contained therein should

be addressed to the Tender Inviting Authority for a tender or the relevant contact person indicated in

the tender.

2) Any queries relating to the process of online bid submission or queries relating to CPP Portal in

general may be directed to the 24x7 CPP Portal Helpdesk number 0120-4200462, 0120-4001002.

3) For any further assistance, please contact to the office of Executive Engineer, AIIMS Raipur.

Page 6: ALL INDIA INSTITUTE OF MEDICAL SCIENCES, RAIPUR · 2019. 10. 28. · 2 | P a g e INDEX Name of Work: - ^Development of lower ground floor of Animal House at AIIMS Raipur. Sl. No From

6 | P a g e

ALL INDIA INSTITUTE OF MEDICAL SCIENCES, RAIPUR

NOTICE INVITING e-TENDER

1. The indenting Bidder must read the Terms &conditions carefully. He/ She should only submit bid if consider himself/herself eligible and bidder in possession of all the documents required.

2. Information and Instructions for bidders posted on website shall from part of bid document.

3. The Bid documents consisting of specifications, the schedule of quantities of various types of items to be executed and the set of terms &conditions of the contract to be complied with and other necessary documents can be seen and downloaded from websitewww.aiimsraipur.edu.inOrhttps://eprocure.gov.in/eprocure/app.

Executive Engineer (Civil) AIIMS, Raipur

(a) Name of Work “Development of lower ground floor of Animal House at AIIMS Raipur.”

(b) Tender No. 26/EE/AIIMS/RPR/2019-20

(c) Contract Period 90 days

(d) Estimated Cost Rs.17,32,741.00 (Electrical Rs. 10,89,382.00 & Civil Rs. 6,43,359.00)

(e) Earnest Money

Deposit(Mandatory to submit EMD for participating in bid.)

Rs. 34,700.00(to be submitted in the form an account payee demand draft, fixed deposit receipt from a commercial bank, bank guarantee issued/ confirmed from any of the commercial bank in India in favour of AIIMS, Raipur in the office of Project Cell, AIIMS, Raipur before the last date of opening of Bid .)

(f) Performance Guarantee 5% of Tendered value.

(g) Security Deposit 2.5% of the Tendered Value.

(h) Tender documents may be seen on

AIIMS web sitewww.aiimsraipur.edu.inand

CPPP sitehttps://eprocure.gov.in/eprocure/app

(j) Last Date &Time of

Submission By 09-11-2019 UP TO 11:00 Hours through online.

(k) Date & Time for opening ofTechnical & financial Bid

On 11-11-2019 at 11:30 Hours.

Page 7: ALL INDIA INSTITUTE OF MEDICAL SCIENCES, RAIPUR · 2019. 10. 28. · 2 | P a g e INDEX Name of Work: - ^Development of lower ground floor of Animal House at AIIMS Raipur. Sl. No From

7 | P a g e

INFORMATION AND INSTRUCTIONS FOR BIDDERS FOR e-TENDERING

The Executive Engineer (Civil), AIIMS, Raipur on behalf of Director, AIIMS, Raipur invites online Percentage Rate bids in single bid system (Technical cum Eligibility & Financial ) from eligible and experienced contractors of appropriate list of CPWD , M.E.S., BSNL, Railway, Chhattisgarh State P.W.D. (B&R) for the following work(s):-

1. The intending bidder must read the terms and conditions of Tender document carefully. Bidder may

submit bid having all required documents.

2. Intending bidders shall have to register at CPPP portal to participate in the tendering process. For details

kindly visit website http:// eprocure.gov.in/eprocure/app or In case the bidder requires any elucidation

regarding the tender documents, may contact to the office of Project Cell, AIIMS Raipur before the

opening of tender date.

3. For e-tendering of this tender, downloaded from AIIMS Raipur website and Central Public Procurement

Portal (CPPP) e-Procurement website.

4. The intending bidders must have valid class-III digital signature to submit the bid. Manual bid shall not be

accepted in any circumstance. The complete bidding process is online bidding; Bidder should have valid

digital Signature Certificate (DSC) for online submission of bids.

5. The bid document consisting of plans, specifications, the schedule of quantities of

various types of items to be executed and the set of terms and conditions of the contract

to be complied with and other necessary documents can be seen and downloaded from

website http:// eprocure.gov.in/eprocure/appfree of cost.

6. The bid can be submitted only after uploading the mandatory scanned documents up to 100 dpi Copies

of eligibility documents and EMD as specified on the e-tendering website within the period of tender

submission. Bidders can upload documents in the form of JPG format, PDF format and any other format

as permissible by the e-tendering portal.

7. Bidders must ensure to quote rate of each item. If any cell is left blank the same shall be treated

as"0".Therefore, If any cell is left blank and no rate is quoted by the bidder, rate of such item shall be

Sl. No. Description Details

(a) NIT No. 26/EE/AIIMS/RPR/2019-20 (b) Name of Work: “Development of lower ground floor of Animal House at AIIMS

Raipur..”

(c) Estimated Cost Rs.17,32,741.00 (Electrical Rs. 10,89,382.00 & Civil Rs. 6,43,359.00)

(d) Earnest Money(Mandatory to submit

EMD for participating in bid.) Rs.34, 700.00(EMD original to be submitted during Office hours before opening of Bid.)

(e) Period of Completion 90 days

(f) Last Date &Time of Submission By 09-11-2019 UP TO 11:00 Hours through online.

(g) Date & Time for opening of Technical & financial Bid

On 11-11-2019 at 11:30 Hours.

Page 8: ALL INDIA INSTITUTE OF MEDICAL SCIENCES, RAIPUR · 2019. 10. 28. · 2 | P a g e INDEX Name of Work: - ^Development of lower ground floor of Animal House at AIIMS Raipur. Sl. No From

8 | P a g e

treated as "0"(ZERO).After submission of the bid online the contractor can re-submit revised bid any

number of times but before last time and date of submission of bid as notified.

8. After submission of bid online, it can be revised any number of times before specified time on last date of

submission of bid. While submitting the revised bid, bidder can revise the rate of one or more item(s) any

number of times (need not re-enter rate of all the items) but before last time and date of submission of

bid as notified.

9. Financial bids shall be opened online only for bidders for whom EMD and other uploaded documents are

found in order and who are found to be eligible to bid for work. On opening date, the bidder can log in

and see the bid opening process. After opening of bid he/she will receive the competitor bid sheets.

10. If the bidder is found ineligible after opening of bid, bid shall become invalid.

11. The Bidders shall have to submit original instrument for EMD before the last date of opening of Bid to

the office of Tender Opening Authority. The bid security is to remain valid for a period of 45 (forty-five)

days beyond the final bid validity period. Bid security will be refunded to the successful bidder on

receipt of a performance security. Bid securities of the unsuccessful bidders should be returned at the

earliest after expiry of the final bid validity period and latest by the 30th day after the award of the

contract.

A bidder’s bid security will be forfeited if the bidder:

i) withdraws or amends its/ his tender;

ii) impairs or derogates from the tender in any respect within the period of validity of the tender;

iii) If the bidder does not accept the correction of his bid price during evaluation; and

iv) If the successful bidder fails to sign the contract or furnish the required performance security within the

specified period.

12. The Eligible bid shall be opened first on due date and time as mentioned above. Opening of financial bids

of contractors qualifying the eligibility shall be opened at a later date.

13. The department reserves the right to reject any prospective application without assigning any reason

and to restrict the list of qualified contractors to any number deemed suitable by it, if too many bids are

received satisfying the laid down criteria.

14. Performance Guarantee: The successful contractor will be required to furnish a Performance

guarantee of 5% (Five Percent) of Tendered Value after receiving notification of award in the form of

an account payee demand draft, fixed deposit receipt from a commercial bank, bank guarantee issued/

confirmed from any of the commercial bank in India in the name of the "All India Institute of Medical

Sciences, Raipur" which shall be kept valid for a period of Six (06) months beyond completion of

all the contractual obligations. The Performance Guarantee can be forfeited in the event of any breach or

negligence or non–observance of any condition of contract or for unsatisfactory performance or non-

observance of any condition of the contract. Performance Security will be released after successful

completion of work under the contract. In case the contractor fails to deposit the said performance

guarantee within the period including the extended period if any, the Earnest Money deposited by the

contractor shall be forfeited automatically without any notice to the contractor. The earnest money

deposited along with tender shall be returned after receiving the aforesaid performance guarantee.

15. Sources and Verification of Bank Guarantees

Bank Guarantee for Bid Security (EMD) or Performance Guarantee (Security Deposit) should be

irrevocable and operative Bank Guarantee (BG) as per format enclosed in the Bid Document and should

be issued by a Scheduled Commercial (i.e. Indian or Foreign Banks included in the Second Schedule of

Reserve Bank of India Act, 1934 excluding Co-operative banks or Regional Rural Banks). In case of foreign

Page 9: ALL INDIA INSTITUTE OF MEDICAL SCIENCES, RAIPUR · 2019. 10. 28. · 2 | P a g e INDEX Name of Work: - ^Development of lower ground floor of Animal House at AIIMS Raipur. Sl. No From

9 | P a g e

bidders or in case of GTE, if Bank Guarantee is from a foreign bank branch situated outside India, the

Bank Guarantee must be issued through any of the Scheduled Commercial Bank. In case BG is issued

directly by a bank outside India, it should be executed on letter Head of the Bank and should be advised

and made payable through their Indian Branch/Corresponding Bank in India. The Issuing Bank should also

state the name and designation of the next Higher Authority of the Officials who have issued the Bank

Guarantee. Bank guarantees submitted by the tenderers/ contractors as EMD/ performance securities

need to be immediately verified from the issuing bank before acceptance. There may not be any need to

get the Bank Guarantee vetted from legal/ finance authority if it is in the specified format. Guidelines for

verification of BGs submitted by the bidders/ contractors against EMD/ performance security/ advance

payments and for various other purposes are as follows:

i) BG shall be as per the prescribed formats;

ii) The BG contains the name, designation and code number of the Bank officer(s) signing the guarantee(s);

iii) The address and other details (including telephone no.) of the controlling officer of the bank are obtained

from the branch of the bank issuing the BG (this should be included in all BGs). The confirmation from the

issuing branch of the bank is obtained in writing though registered post/ speed post/ courier. The bank

should be advised to confirm the issuance of the BGs specifically quoting the letter of Procurement Entity

on the printed official letterhead of the bank indicating address and other details (including telephone

nos.) of the bank and the name, designation and code number of the officer(s) confirming the issuance of

the BG; Pending receipt of confirmation as above, confirmation can also be obtained with the help of

responsible officer at the field office, which is close to the issuing branch of the bank, who should

personally obtain the confirmation from issuing branch of the bank and forward the confirmation report to

the concerned procurement entity.

16. Intending Bidders are advised to inspect and examine the site and its surroundings and satisfy

themselves before submitting their bids, the means of access to the site, the accommodation they may

require and in general shall themselves obtain all necessary information as to risks,

contingencies and other circumstances which may influence or affect their bid. A bidder shall be

deemed to have full knowledge of the site whether he inspects it or not and no extra charge consequent

on any misunderstanding or otherwise shall be allowed. The bidders shall be responsible for arranging

and maintaining at his own cost, all materials, tools & plants, water, electricity access, facilities for

workers and all other services required for executing the work unless otherwise specifically provided for

in the contract documents. Submission of a bid by a bidder implies that he has read this notice and all

other contract documents and has made himself aware of the scope and specifications of the work to be

done and of conditions.

17. The Tender paper/documents can be seen / downloaded from Official website & submitted through

Online or Site.

18. The competent authority on behalf of the Director, AIIMS, Raipur does not bind itself to accept

the lowest or any other bid and reserves to itself the authority to reject any or all the bids received

without the assignment of any reason. All bids in which any of the prescribed condition is not fulfilled

or any condition including that of conditional rebate is put forth by the bidder shall be summarily

rejected.

19. Canvassing whether directly or indirectly, in connection with bidders is strictly prohibited and the bids

submitted by the contractors who resort to canvassing will be liable to rejection.

20. The Competent Authority, The Engineer-In-Charge, reserves to himself the right of accepting the whole

or any part of the bid and the bidder shall be bound to perform the same at the rate quoted.

Page 10: ALL INDIA INSTITUTE OF MEDICAL SCIENCES, RAIPUR · 2019. 10. 28. · 2 | P a g e INDEX Name of Work: - ^Development of lower ground floor of Animal House at AIIMS Raipur. Sl. No From

10 | P a g e

21. The contractor shall not be permitted to bid for works in the AIIMS, Raipur responsible for award

and execution of contracts, in which his near relative is posted as an officer in any capacity between the

grades of Superintending Engineer and Junior Engineer (both inclusive). He shall also intimate the

names of persons who are working with him in any capacity or are subsequently employed by him and

who are near relatives to any gazette officer in the AIIMS, Raipur. Any breach of this condition by the

contractor would render him liable to be removed from the approved list of contractors of this

Department.

22. The bid for the works shall remain open for acceptance for a period of 90 days from the date of

opening of bids.

23. This notice inviting bid shall form a part of the contract document. The successful bidder/

contractor, on acceptance of his bid by the Accepting Authority shall within 15 days from the stipulated

date of start of the work, sign the contract consisting of “The Notice Inviting bid, all the documents

including additional conditions, specifications and drawings, GCC, if any, forming part of the bid as

uploaded at the time of invitation of bid and rate quoted online at the time of submission of bid

and acceptance thereof together with any correspondence leading thereto.

24. Eligibility of Bidders

(a) All eligible bidders meeting the eligibility can participate in the tender. The applicant

should be a private or government-owned legal entity;

(b) For package size exceeding certain values [say - Rs. 10 (ten) Crore], Joint Ventures may be

allowed. Maximum number of partners in Joint Ventures shall be limited (say – three). In

case of Joint Ventures, all the partners shall be jointly and severally liable for the

successful completion of the work;

(c) A firm that has been engaged by Ministry/ Department to provide consultancy services

for the preparation or implementation of a project, and any of its affiliates (associates,

Subsidiary, Joint Ventures partner), shall not be eligible for subsequently providing

goods or works (other than a continuation of the firm’s earlier consultancy services) for

the same project;

(d) A firm determined non-performing by the Procuring Entity shall not be eligible to bid

during the period so determined;

(e) The bidder must not have in his employment:

a) The near relations (defined as first blood relations, and their spouses, of the bidder or

the bidder’s spouse) of persons involved in decision making in the procurement.

b) Without Government permission, any person who retired as gazetted officer within

the last two years of the rank and from the departments.

(f) Goods and services Tax (GST)

(i) GST Registration Certificate of the State in which the work is to be taken up, if

already obtained by the bidder.

(ii) If the bidder has not obtained GST registration in the State in which the work is

to be taken up, or as required by GST authorities then in such a case the bidder

shall scan and upload following under taking along with other bid documents.

“lf work is awarded to me, I/we shall obtain GST registration Certificate of the State, in

which work is to be taken up, within one month from the date of receipt of award letter

or before release of any payment by AIIMS, whichever is earlier, failing which I/We shall

be responsible for any delay in payments which will be due towards me/us on a/c of the

work executed and/or for any action taken by AIIMS or GST department in this regard.

Page 11: ALL INDIA INSTITUTE OF MEDICAL SCIENCES, RAIPUR · 2019. 10. 28. · 2 | P a g e INDEX Name of Work: - ^Development of lower ground floor of Animal House at AIIMS Raipur. Sl. No From

11 | P a g e

25. Signing of bid document :

a) If the bidder is an individual, the bid shall be signed by him above his full type written name and current

address.

b) If the bidder is a proprietary firm, the bid shall be signed by the proprietor above his full type written name

and the full name of his firm with its current address.

c) If the bidder is a firm in partnership, the bid shall be signed by all the partners of the firm above their full type

written names and current addresses, or, alternatively, by a partner holding power of attorney for the firm. In the

later case a certified copy of the power of attorney should accompany the application. In both cases a certified

copy of the partnership deed and current address of all the partners of the firm should accompany the application.

d) If the bidder is a limited company or a corporation, the bid shall be signed by a duly authorized person holding

power of attorney for signing the application accompanied by a copy of the power of attorney. The bidder should

also furnish a copy of the Memorandum of Articles of Association duly attested by a Public Notary.

Page 12: ALL INDIA INSTITUTE OF MEDICAL SCIENCES, RAIPUR · 2019. 10. 28. · 2 | P a g e INDEX Name of Work: - ^Development of lower ground floor of Animal House at AIIMS Raipur. Sl. No From

12 | P a g e

List of Mandatory Documents to be filled in by the bidders in various forms to be scanned and uploaded within the period of bid submission

1 EMD in the form of an account payee demand draft, fixed deposit receipt from a commercial bank, bank guarantee issued/ confirmed from any of the commercial bank in India in the name of the "All India Institute of Medical Sciences, Raipur"

2 Enlistment Order for the Contractor 3 Letter of transmittal (Annexure-A)

4 Vendor Details as per (Annexure-B) 5 Structure & Organization (Annexure-C) 6 Declaration by Bidder (Annexure-D) 7 Integrity Pact (Annexure-E) 8 Acknowledgement & Acceptance Letter (Annexure-F)

9 Consent Letter(Annexure-G)

Executive Engineer (Civil) AIIMS, Raipur

Page 13: ALL INDIA INSTITUTE OF MEDICAL SCIENCES, RAIPUR · 2019. 10. 28. · 2 | P a g e INDEX Name of Work: - ^Development of lower ground floor of Animal House at AIIMS Raipur. Sl. No From

13 | P a g e

(Annexure-A)

LETTER OF TRANSMITTAL

From:

To

The Executive Engineer,

Project Cell, AIIMS, Raipur (C.G.)

Subject: Submission of bids for the work of ………………………………………………………

Sir,

Having examined the details given in the bid document for the above work, I/we hereby

submit the relevant information.

1. I/we hereby certify that all the statement made and information supplied in the enclosed

forms A to G and accompanying statement are true and correct.

2. I/we have furnished all information and details necessary for eligibility and have no

further pertinent information to supply.

3. I/we authorize Engineer-In-Charge or his representative to approach individuals,

employers, firms and corporation to verify our competence and general reputation.

Certificate: It is certified that the information given in the enclosed eligibility bid are correct. It is also certified that I / We shall be liable to be debarred, disqualified / cancellation of enlistment in case any information furnished by me / us is found to be incorrect. Enclosures:

Signature(s) of Bidder(s). Date of submission: Seal of bidder

Page 14: ALL INDIA INSTITUTE OF MEDICAL SCIENCES, RAIPUR · 2019. 10. 28. · 2 | P a g e INDEX Name of Work: - ^Development of lower ground floor of Animal House at AIIMS Raipur. Sl. No From

14 | P a g e

Annexure-B

FORM FOR DETAILED INFORMATION BY BIDDER (Vendor Details)

1. Name of the Bidder

2. Permanent Account No (PAN)

3. Particulars of Bank Account

a) Name of the Bank

b) Name of the Branch

c) Branch Code

d) Address

e) City Name

f) Telephone No

4. Legal status of the bidder (attach

copies of original document defining

the legal

status)

a) An Individual

b)A proprietary firm

c)A firm in partnership

d) A limited company or Corporation

5. GST Registration Certificate No

6. Valid Email ID of the Bidder

7. Complete Postal Address of the bidder

(Authorized Signature of the Bidder with Seal)

Page 15: ALL INDIA INSTITUTE OF MEDICAL SCIENCES, RAIPUR · 2019. 10. 28. · 2 | P a g e INDEX Name of Work: - ^Development of lower ground floor of Animal House at AIIMS Raipur. Sl. No From

15 | P a g e

Annexure-C

STRUCTURE & ORGANISATION

1. (a) Name

(b) Address of the bidder

2. (a)Telephone no.

(b) Telex no. (c) Fax no. (d) E-mail

3. Legal status of the bidder (attach copies of original document defining the legal status)

(a) An Individual

(b) A proprietary firm

(c) A firm in partnership

(d) A limited company or Corporation

4. Particulars of registration with various Government Bodies if any (attach attested photocopy)

Organization/Place of registration Registration No.

1.

2.

3.

5. Names and titles of Directors & Officers with designation to be concerned with this

work.

Signature of Bidder(s)

Page 16: ALL INDIA INSTITUTE OF MEDICAL SCIENCES, RAIPUR · 2019. 10. 28. · 2 | P a g e INDEX Name of Work: - ^Development of lower ground floor of Animal House at AIIMS Raipur. Sl. No From

16 | P a g e

Annexure-D

DECLARATION

It is to certify that:

1) I/We agree with the terms and conditions of it and understood that it will form part of the agreement.

2) I hereby certify that none of my Relative(s) are employed in AIIMS Raipur, Chhattisgarh. In case at any

stage, it is found that the information given by me is false/incorrect, AIIMS shall have the absolute

right to take any action as deemed fit without any prior intimation to me”.

3) I/We undertake and confirm that eligible Work(s) has/have not been got executed through another

contractor on back to back basis. Further, it is stated that, if such a violation comes to the notice of

Department, than I/We shall be debarred for bidding in AIIMS in future forever. Also, if such a

violation comes to the notice of AIIMS, Raipur before date of start of work, the Engineer-In-Charge

shall be free to forfeit the entire amount of Earnest Money Deposit/Performance Guarantee.

4) I / We have signed (with stamp) all the pages of the tender document before submitting the same.

5) All the information and documents given/ uploaded for bids are true.

6) I / We have submitted the EMD.

7) I / We have provided our e-Mail id for any communication in this regard.

8) I have read carefully & understood the important instructions to the all bidders.

Date……………. Contractor E-Mail: ____________________ (Sign with Seal)

Page 17: ALL INDIA INSTITUTE OF MEDICAL SCIENCES, RAIPUR · 2019. 10. 28. · 2 | P a g e INDEX Name of Work: - ^Development of lower ground floor of Animal House at AIIMS Raipur. Sl. No From

17 | P a g e

Annexure-E

INTEGRITY PACT

To,

Sub: NIT No. 26/EE/AIIMS/2019-20 for the work of “Development of lower ground floor of Animal

House at AIIMS Raipur.”

Dear Sir,

It is here by declared that AIIMS is committed to follow the principle of transparency, equity and competitiveness in public procurement.

The subject Notice Inviting Tender (NIT) is an invitation to offer made on the condition that the Bidder will sign the integrity Agreement, which is an integral part of tender / bid documents, failing which the tenderer / bidder will stand disqualified from the tendering process and the bid of the bidder would be summarily rejected.

This declaration shall form part and parcel of the Integrity Agreement and signing of the same shall be deemed as acceptance and signing of the Integrity Agreement on behalf of the AIIMS Raipur.

Yours faithfully,

Executive Engineer

Project Cell, AIIMS Raipur

Page 18: ALL INDIA INSTITUTE OF MEDICAL SCIENCES, RAIPUR · 2019. 10. 28. · 2 | P a g e INDEX Name of Work: - ^Development of lower ground floor of Animal House at AIIMS Raipur. Sl. No From

18 | P a g e

(Annexure-F)

Acknowledgement & Acceptance Letter To,

The Executive Engineer,

Project Cell, AIIMS Raipur

Sub: Submission of Tender for the work“Development of lower ground floor of Animal House at

AIIMS Raipur.”

Dear Sir,

I / We acknowledge that AIIMS is committed to follow the principles thereof as enumerated in the

Integrity Agreement enclosed with the tender/bid document.

I / We agree that the Notice Inviting e-Tender is an invitation to offer made on the condition that I/We

will sign the enclosed integrity Agreement, which is an integral part of tender documents, failing which

I/We will stand disqualified from the tendering process. I/We acknowledge that THE MAKING OF THE BID

SHALL BE REGARDED AS AN UNCONDITIONAL AND ABSOLUTE ACCEPTANCE of this condition of the NIT.

I/We confirm acceptance and compliance with the Integrity Agreement in letter and spirit and further agree that execution of the said Integrity Agreement shall be separate and distinct from the main

contract, which will come into existence when tender/bid is finally accepted by AIIMS Raipur. I/We acknowledge and accept the duration of the Integrity Agreement, which shall be in the line with Article 1 of the enclosed Integrity Agreement.

I/We acknowledge that in the event of my/our failure to sign and accept the Integrity Agreement, while submitting the tender/bid, AIIMS Raipur shall have unqualified, absolute and unfettered right to disqualify the tenderer/bidder and reject the tender/bid is accordance with terms and conditions of the

tender/bid.

Yours faithfully

(Duly authorized signatory of the Bidder)

Page 19: ALL INDIA INSTITUTE OF MEDICAL SCIENCES, RAIPUR · 2019. 10. 28. · 2 | P a g e INDEX Name of Work: - ^Development of lower ground floor of Animal House at AIIMS Raipur. Sl. No From

19 | P a g e

(Annexure-G)

CONSENT LETTER

I/We hereby give my/ our consent to work as contractor till the completion of work and I/we will be responsible for execution of work only by skilled persons in the field of related work as per satisfaction of Engineer-In-Charge.

I/We will produce computerized measurement sheets of work before covering hidden work / job and other exposed works in time as per clause 6A otherwise measurement will be recorded by the representative of Engineer-In-Charge under clause 6 which will be bound to me and I/We am/are agree to made recovery of amount as per clause 36 of GCC for each running and final bill for not producing measurement and bill. Final measurement with bill will be produced by me/us within one month after completion date otherwise representative of Engineer-In-Charge will prepare the same under clause 6 which will be acceptable and bound to me/us and no any claim in this regard will be made by me/us.

I/We will provide all invoices and related test certificates of materials as required by E-In-C. All Analysis of rates for Extra, Substitute, Deviation items etc. will be produced by me/us in consultation with representative of Engineer-In- Charge on time for getting approval from Competent Authority of AIIMS before execution of work.

I/We will submit Pay Roll and Fort Night Labour Report with every bill duly certified by Junior Engineer. I will pay all the wages to the workers in bank account otherwise necessary action will be taken with penalty as decided by Engineer-In-Charge and is bound to me/ us. I/We will maintain all the registers etc. as mentioned in General Condition of Contract for workers and employees . The registers will be presented to Junior Engineer for verification from time to time.

I/we will also engage suitable and skill Engineer(s) for the work as per condition of work.

I further certify that the above particulars pertaining to me are correct.

I/We will produce all uploaded documents in original for physical verification before issue of Letter of Acceptance or / and as demanded by Engineer-In Charge before the payment .

I/We will submit “No Claim Certificate” in the approved format in company letter head after receiving final bill payment.

Signature of contractor

Page 20: ALL INDIA INSTITUTE OF MEDICAL SCIENCES, RAIPUR · 2019. 10. 28. · 2 | P a g e INDEX Name of Work: - ^Development of lower ground floor of Animal House at AIIMS Raipur. Sl. No From

20 | P a g e

To be signed by the bidder and same signatory competent / authorized to sign the relevant contract on behalf of AIIMS Raipur.

INTEGRITY AGREEMENT

This Integrity Agreement is made at ...................................... on this ................. day of. ................2019

BETWEEN

AIIMS Raipur through Executive Engineer, ................................................................................................ ,

(Name of Division) AIIMS,................................................................................................, (Hereinafter referred as the

(Address of Division)

'Principal / Owner', which expression shall unless repugnant to the meaning or context hereof include its successors

and permitted assigns)

AND

(Name and Address of the Individual/firm/Company) through ......................................................................................... (hereinafter referred to as the

(Details of duly authorized signatory)

“Bidder/Contractor” and which expression shall unless repugnant to the meaning or context hereof include its

successors and permitted assigns)

Preamble WHEREAS the Principal /Owner has floated the e-Tender (NIT No.26/EE/AIIMS/RPR/2019-20) (hereinafter referred to as

“Tender/Bid”) and intends to award, under laid down organizational procedure, contract for “Development of lower

ground floor of Animal House at AIIMS Raipur.”Hereinafter referred to as the “Contract”.

AND WHEREAS the Principal / Owner values full compliance with all relevant laws of the land, rules, regulations,

economic use of resources and of fairness/transparency in its relation with its Bidder(s) and Contractor(s).

AND WHEREAS to meet the purpose aforesaid both the parties have agreed to enter into this Integrity Agreement

(hereinafter referred to as “Integrity Pact” or “Pact”), the terms and conditions of which shall also be read as integral

part and parcel of the Tender/Bid documents and Contract between the parties.

NOW, THEREFORE, in consideration of mutual covenants contained in this Pact, the parties hereby agree as follows and

this Pact witnesses as under:

Page 21: ALL INDIA INSTITUTE OF MEDICAL SCIENCES, RAIPUR · 2019. 10. 28. · 2 | P a g e INDEX Name of Work: - ^Development of lower ground floor of Animal House at AIIMS Raipur. Sl. No From

21 | P a g e

Article 1: Commitment of the Principal / Owner

1) ThePrincipal/Owner commits itself to take all measures necessary toprevent corruption and to observe the

following principles:

(a) No employee of the Principal/Owner, personally or through any of his/her family members, will in

connection with the Tender, or the execution of the Contract, demand, take a promise for or accept, for

self or third person, any material or immaterial benefit which the person is not legally entitled to.

(b) The Principal/Owner will, during the Tender process, treat all Bidder(s) with equity and reason. The

Principal/Owner will, in particular, before and during the Tender process, provide to all Bidder(s) the same

information and will not provide to any Bidder(s) confidential / additional information through which the

Bidder(s) could obtain an advantage in relation to the Tender process or the Contract execution.

(c) The Principal / Owner shall endeavor to exclude from the Tender process any person, whose

conduct in the past has been of biased nature.

2) If the Principal/Owner obtains information on the conduct of any of its employees which is a criminal offence under the Indian Penal code (IPC) / Prevention of Corruption Act, 1988 (PC Act) or is in violation of the principles herein mentioned or if there be a substantive suspicion in this regard, the Principal / Ownerwill inform the Chief Vigilance Officer and in addition can also initiate disciplinary actions as per its internal laid down policies and procedures.

Article 2: Commitment of the Bidder (s) / Contractor (s)

1) It is required that each Bidder / Contractor (including their respective officers, employees and agents)

adhere to the highest ethical standards, and report to the Government / Department all suspected acts of fraud

or corruption or Coercion or Collusion of which it has knowledge or becomes aware, during the tendering

process and throughout the negotiation or award of a contract.

2) The Bidder(s) / Contractor(s) commit himself to take all measuresnecessary to prevent corruption. He commits himself to observe the following principles during his participation in the Tender process and during the Contract execution:

a) The Bidder(s) / Contractor(s) will not, directly or through any other person or firm, offer, promise or give

to any of the Principal / Owner's employees involved in the Tender process or execution of the Contract

or to any third person any material or other benefit which he/she is not legally entitled to, in order to

obtain in exchange any advantage of any kind whatsoever during the Tender process or during the

execution of the Contract.

The Bidder(s) / Contractor (s) will not enter with other Bidder (s) into any undisclosed agreement or

understanding, whether formal or informal. This applies in particular to prices, specifications,

certifications, subsidiary contracts, submission or non-submission of bids or any other actions to restrict

competitiveness or to cartelize in the bidding process.

b) The Bidder(s) / Contractor(s) will not commit any offence under the relevant IPC/PC Act. Further the

Bidder(s) / Contract(s) will not use improperly, (for the purpose of competition or personal gain), or pass

on to others, any information or documents provided by the Principal/Owner as part of the business

relationship, regarding plans, technical proposals and business details, including information contained

or transmitted electronically.

Page 22: ALL INDIA INSTITUTE OF MEDICAL SCIENCES, RAIPUR · 2019. 10. 28. · 2 | P a g e INDEX Name of Work: - ^Development of lower ground floor of Animal House at AIIMS Raipur. Sl. No From

22 | P a g e

c) The Bidder(s)/ Contractor(s) of foreign origin shall disclose the names and addresses of agents /

representatives in India, if any. Similarly Bidder(s)/Contractor(s) of Indian Nationality shall disclose

names and addresses of foreign agents/representatives, if any. Either the Indian agent on behalf of the

foreign principal or the foreign principal directly could bid in a tender but not both. Further, in cases

where an agent participate in a tender on behalf of one manufacturer, he shall not be allowed to quote

on behalf of another manufacturer along with the first manufacturer in a subsequent/parallel tender for

the same item.

d) The Bidder(s)/ Contractor(s) will, when presenting his bid, disclose (with each tender as per

Performaenclosed) any and all payments he has made, is committed to or intends to make to agents,

brokers or any other intermediaries in connection with the award of the Contract

3) The Bidder(s) / Contractor(s) will not instigate third persons to commit offences outlined above or be an accessory to such offences.

4) The Bidder(s) / Contractor(s) will not, directly or through any other person or firm indulge in fraudulent practice

means a willful misrepresentation or omission of facts or submission of fake / forged documents in order to

induce public official to act in reliance thereof, with the purpose of obtaining unjust advantage by or causing

damage to justified interest of others and/or to influence the procurement process to the detriment of the

Government interests.

5) The Bidder(s) / Contractor(s) will not, directly or through any other person or firm use Coercive Practices (means

the act of obtaining something, compelling an action or influencing a decision through intimidation, threat or the

use of force directly or indirectly, where potential or actual injury may befall upon a person, his / her reputation or

property to influence their participation in the tendering process).

Article 3: Consequences of Breach

Without prejudice to any rights that may be available to the Principal/Owner under law or the Contract or its

established policies and laid down procedures, the Principal / Owner shall have the following rights in case of

breach of this Integrity Pact by the Bidder(s)/Contractor(s) and the Bidder / Contractor accepts and undertakes to

respect and uphold the Principal / Owner's absolute right:

1) If the Bidder (s) / Contractor(s), either before award or during execution of Contract has committeda

transgression through a violation of Article 2 above

or

in any other form, such as to put his reliability or credibility in question, the Principal/Owner after giving 14 days

notice to the contractor shall have powers

to

disqualifythe Bidder(s)/Contractor(s) from the Tender process or terminate / determine the Contract, if already

executed or exclude the Bidder/Contractor

from future contract award processes. The imposition and duration of the exclusion will be determined by the severity of transgression and determined by the Principal / Owner. Such exclusion may be forever or for a limited period as decided by the Principal/Owner.

2) Forfeiture of EMD / Performance Guarantee / Security Deposit:

If the Principal/Owner has disqualified the Bidder(s) from the Tender process prior to the award of the Contract

or terminated/determined the Contract or has accrued the right to terminate/determine the Contract according

to Article 3(1), the Principal/Owner apart from exercising any legal rights that may have accrued to the

Page 23: ALL INDIA INSTITUTE OF MEDICAL SCIENCES, RAIPUR · 2019. 10. 28. · 2 | P a g e INDEX Name of Work: - ^Development of lower ground floor of Animal House at AIIMS Raipur. Sl. No From

23 | P a g e

Principal/Owner, may in its considered opinion forfeit the entire amount of Earnest Money Deposit,

Performance Guarantee and Security Deposit of the Bidder / Contractor.

3) Criminal Liability:

If the Principal/Owner obtains knowledge of conduct of a Bidder or Contractor, or of an employee or a

representative or an associate of a Bidder or Contractor which constitutes corruption within the meaning of

Indian Penal code (IPC)/Prevention of Corruption Act, or if the Principal/Owner has substantive suspicion in this

regard, the Principal/Owner will inform the same to law enforcing agencies for further investigation.

Article 4: Previous Transgression

1) The Bidder declares that no previous transgressions occurred in the last 5 years with any other Company in any country confirming to the anticorruption approach or with Central Government or StateGovernment or any other Central/State Public Sector Enterprises in India that could justify his exclusion from the Tender process.

2) If the Bidder makes incorrect statement on this subject, he can be disqualified from the Tender process or action can be taken for banning of business dealings/ holding listing of the Bidder/Contractor as deemed fit by the Principal/ Owner.

3) If the Bidder/Contractor can prove that he has resorted / recouped the damage caused by him and has installed a suitable corruption prevention system, the Principal/Owner may, at its own discretion, revoke the exclusion prematurely.

Article 5: Equal Treatment of all Bidders/Contractors/Subcontractors

1) The Bidder(s) / Contractor(s) undertake(s) to demand from all subcontractors a commitment in conformity with

this Integrity Pact. The Bidder / Contractor shall be responsible for any violation(s) of the principles laid down in

this agreement/Pact by any of its Sub- contractors/sub-vendors.

2) The Principal / Owner will enter into Pacts on identical terms as this one with all Bidders and Contractors.

3) The Principal / Owner will disqualify Bidders, who do not submit, the duly signed Pact between the

Principal/Owner and the bidder, along with the Tender or violate its provisions at any stage of the Tender

process, from the Tender process.

Article 6- Duration of the Pact

This Pact begins when both the parties have legally signed it. It expires for the Contractor / Vendor 12 months

after the completion of work under the contract or till the continuation of defect liability period, whichever is

more and for all other bidders, till the Contract has been awarded.

If any claim is made/lodged during the time, the same shall be binding and continue to be valid despite the lapse

of this Pacts as specified above, unless it is discharged/determined by the Competent Authority, AIIMS Raipur.

Article 7- Other Provisions

1) This Pact is subject to Indian Law, place of performance and jurisdiction is the Headquarters of the Division of

the Principal / Owner, who has floated the Tender.

2) Changes and supplements need to be made in writing. Side agreements have not been

made.

Page 24: ALL INDIA INSTITUTE OF MEDICAL SCIENCES, RAIPUR · 2019. 10. 28. · 2 | P a g e INDEX Name of Work: - ^Development of lower ground floor of Animal House at AIIMS Raipur. Sl. No From

24 | P a g e

3) If the Contractor is a partnership or a consortium, this Pact must be signed by all the partners or by one or

more partner holding power of attorney signed by all partners and consortium members. In case of a

Company, the Pact must be signed by a representative duly authorized by board resolution.

4) Should one or several provisions of this Pact turn out to be invalid; the remainder of this Pact remains valid. In

this case, the parties will strive to come to an agreement to their original intentions.

5) It is agreed term and condition that any dispute or difference arising between the parties with regard to the

terms of this Integrity Agreement / Pact, any action taken by the Owner/Principal in accordance with this

Integrity Agreement/ Pact or interpretation there of shall not be subject to arbitration.

Article 8- LEGAL AND PRIOR RIGHTS

All rights and remedies of the parties hereto shall be in addition to all the other legal rights and remedies belonging to

such parties under the Contract and/or law and the same shall be deemed to be cumulative and not alternative to

such legal rights and remedies aforesaid. For the sake of brevity, both the Parties agree that this Integrity Pact will

have precedence over the Tender / Contract documents with regard any of the provisions covered under this Integrity

Pact.

IN WITNESS WHEREOF the parties have signed and executed this Integrity Pact at the place and date first above mentioned in the presence of following witnesses:

(For and on behalf of Principal/ Owner) (For and on behalf of Bidder/ Contractor)

WITNESSES:

1. . ........................................ (Signature, name and address)

2. . ......................................... (Signature, name and address)

Place:-

Dated:

Page 25: ALL INDIA INSTITUTE OF MEDICAL SCIENCES, RAIPUR · 2019. 10. 28. · 2 | P a g e INDEX Name of Work: - ^Development of lower ground floor of Animal House at AIIMS Raipur. Sl. No From

25 | P a g e

CPWD 7

ALL INDIA INSTITUTE OF MEDICAL SCIENCE RAIPUR

Percentage Rate Tender/ Item Rate Tender& Contract for Works

Tender for the work of : “Development of lower ground floor of Animal House at AIIMS Raipur.”

e- T E N D E R

I/We have read and examined the notice inviting tender, schedule, A,B,C,D,E & F, specifications applicable, Drawings & Designs, General Rules and Directions, Conditions of Contract, clauses of contract, Special conditions, Schedule of Rate & other documents and Rules referred to in the conditions of contract and all other contents in the tender document for the work. I/We hereby tender for the execution of the work specified for the AIIMS Raipur within the time specified in Schedule ’F’, viz., schedule of quantities and in accordance in all respects with the specifications, designs, drawings and instructions in writing referred to in Rule-1 of General Rules and Directions and in Clause 11 of the Conditions of contract and with such materials as are provided for, by, and in respects in accordance with, such conditions so far as applicable. I/We agree to keep the tender open for ninety (90) days from the due date of opening of financial bid and not to make any modification in its terms and conditions. A sum ofRs.34, 700.00 is hereby forwarded in Receipt Treasury Challan/ Deposit at Call Receipt of a Scheduled Bank/ Fixed Deposit Receipts of a Scheduled Bank/ Demand Draft of a Scheduled Bank/ Bank Guarantee issued by a Scheduled Bank as earnest money. A copy of the earnest money in Receipt Treasury Challan/ Deposit at Call Receipt of a Scheduled Bank/ Fixed Deposit Receipts of a Scheduled Bank/ Demand Draft of a Scheduled Bank/ Bank Guarantee issued by a Scheduled Bank is submitted with tender. If I/We, fail to furnish the prescribed performance guarantee within prescribed tender, I/we agree that the said President of India or his successors, in office shall without prejudice to any other right or remedy, be at liberty to forfeit the said earnest money absolutely. Further, if I/We fail to commence work as specified, I/We agree that President of India or his successors in office shall without prejudice to any other right or remedy available in law, be at liberty to forfeit the said performance guarantee absolutely. The said Performance Guarantee shallbe guarantee to execute all the works referred to in the tender documents upon the terms and conditions contained or referred to those in excess of that limit at the rates to be determined in accordance with the provision contained in Clause 12.2 and 12.3 of the General Conditions of Contracts (CPWD). Further, I/we agree that in case of forfeiture of earnest money or performance guarantee as aforesaid, I/We shall be debarred for participation in the re-tendering process of the work. I/We undertake and confirm that eligible similar work(s) has / have not been got executed through another contractor on back to back basis. Further that, if such a violation comes to the notice of Department, then I/We shall be debarred for tendering in AIIMS Raipur in future forever. Also, if such a violation comes to the notice of Department before date of start of work, The Engineer – in – Charge shall be free to forfeit the entire amount of Earnest Money Deposited / Performance Guarantee. I/We hereby declare that I/we shall treat the tender documents drawings and other records connected with the work as secret/confidential documents and shall not communicate information/derived therefrom to any person other than a person to whom I/We am/are authorized to communicate the same or use the information in any manner prejudicial to the safety of the State.

Page 26: ALL INDIA INSTITUTE OF MEDICAL SCIENCES, RAIPUR · 2019. 10. 28. · 2 | P a g e INDEX Name of Work: - ^Development of lower ground floor of Animal House at AIIMS Raipur. Sl. No From

26 | P a g e

Dated #..................... Signature of Contractor# Postal Address# Witness : # e-Mail id# Address: # Occupation : # # To be filled in by the contractor/witness as applicable

ACCEPTANCE

The above tender (as modified vide letters mentioned hereunder) is accepted by me for and on behalf of the AIIMS Raipur for a sum of . _________*________ (Rupees_____________________*________________________________________) The letters referred to below shall form part of this contract Agreement:- a) ___________________________________________* b) ___________________________ c) ____________________________________________ For & on behalf of the AIIMS Raipur.

Signature....................................

Dated ....... *............... Designation.........................

Page 27: ALL INDIA INSTITUTE OF MEDICAL SCIENCES, RAIPUR · 2019. 10. 28. · 2 | P a g e INDEX Name of Work: - ^Development of lower ground floor of Animal House at AIIMS Raipur. Sl. No From

27 | P a g e

GENERAL PARTICULAR & ADDITIONAL CONDITIONS OF CONTRACT

A. GENERAL CONDITIONS

1. Name of Work:“ Development of lower ground floor of Animal House at AIIMS Raipur.”

2. For all items of Civil/Electrical/AC&R;- CPWD specifications with up to date correction slips up to receipt of tender shall be followed. For the items which are not covered under CPWD specifications; B.I.S. specifications shall apply. In this regard the decision of Engineer-in- charge shall be final.

3. Wherever any reference is made of any Indian Standard, it shall be taken as reference to the latest edition with all amendments / revision issued thereto up to the date of receipt of tenders.

4. Unless otherwise specified, the agreement rates for all items of work of the schedule of quantities are for all heights, depths, leads and lifts involved in the execution of work.

5. Other agencies working at site will also simultaneously execute the work entrusted to them and the contractor shall offer necessary co-operation wherever required to other agencies.

6. On account of security consideration, there could be some restrictions on the working hours, movement of vehicles for transportation of materials. The contactor shall be bound to follow all such restrictions and adjust the program for execution accordingly, for which nothing extra shell be paid.

7. The work shall be carried out in a manner complying in all respects with the requirements of relevant bye laws of the local bodies, Labour Laws, minimum wages act, workmen compensation act and other statutory laws enacted by Central Govt. as well as State Govt.

8. All melba/rubbish/silt/waste, garbage etc. generated due to any operation from buildings/houses/hostels and other open spaces whatsoever shall be disposed off on daily basis by the contractor to the specified common disposal point. After the collection of full truck load of the said Melba (approx. 4.5 cubic meters), the same shall be disposed off by the contractor to the authorized municipal dumping ground and nothing extra shall be paid on this account. In case of non- removal/disposal in the specified period, the same would be disposed at risk & cost of contractor.

9. No residential accommodation shall be provided to any of the staffengaged bythe contractor. The contractor shall not be allowed to erect any temporary set up for staff in the campus.

10. No claims of the labours shall be entertained by the Department including that of providing employment, regularization of services etc.

11. All required register will be issued by Engineer-in-Charge/Executive Engineer duly marked in chronological order but the contractor will have to arrange all such registers/stationery etc. Nothing extra shall be paid on this account.

12. The contractor shall have registration with Employee’s Provident Fund commissioner and Employee’s state Insurance Corporation for safe guarding interest of his workmen. He shall obtain all other necessary approvals from statutory bodies as per law in vogue.

13. All T&P, scaffoldings, ladders/Hydra etc, instruments/meters for maintenance, consumable and Contingent Articles required for execution of the work shall be arranged by the contractor.

14. The contractor shall make all safety arrangement required for the labor engaged by him at his own cost. All consequences due to negligence or due to lapse of security/safety or otherwise shall remain with the contractor. The department shall not be responsible for any mishap, injury, accident or death of the contractor’s staff. No claim in this regard shall be entertained / accepted by the department. Also Contractor is responsible to the damage caused to any man/material other that his team during execution and AIIMS will not be responsible forthat.

Page 28: ALL INDIA INSTITUTE OF MEDICAL SCIENCES, RAIPUR · 2019. 10. 28. · 2 | P a g e INDEX Name of Work: - ^Development of lower ground floor of Animal House at AIIMS Raipur. Sl. No From

28 | P a g e

15. Contractor shall be fully responsible for any damages caused to govt. property or allotter’s property by his or his labor in carrying out the work and shall be rectified by the contractor at his own cost.

16. GST and other Taxes as applicable shall be recovered/ paid from the contractor’s bill as per Govt. of India/AIIMS Rules. GST amount will be reimbursed only after submission of GST deposition proof.

17. Chases, holes & drilling works etc. shall be done using power operated tools in the cost of Contract. No extra will be paid for the same.

18. The agency shall restore back the premises and other articles provided bythe departmentto the department at the time of closure of the contract.

19. In the case of discrepancy between the schedule of quantities, the Specifications and/or the Drawings, the following order of preference shall be observed :-

(a) Description of schedule of quantities.

(b) Additional specifications and special conditions, if any.

(c) Contract clauses of General conditions of contract for Central P.W.D. works. (iv) CPWD specifications.

(d) Architectural drawings.

(e) Indian standards specifications/ BIS. (vii) Sound engineering practice. Any reference made to any Indian standards specifications in these documents, shall imply to the latest version of that standard, including such revisions/amendments as issued by the Bureau of Indian Standards up to last date of receipt of tenders. The contractor shall keep at his own cost all such publications of relevant Indian Standards applicable to the work at site.

20. The contractor and /or his authorized agent should see the site order book every day and get the compliance of instruction given by the JE/AE/Engineer-in-charge(E-I/C) as per time schedule.

21. The contractor will not pitch up tents for laborers, materials and his stores etc.

22. No permanently / temporary huts / structures shall be constructed by the contractor at the site of work or at any government land / premises. Such structures, if any, found at the site or at AIIMS, Raipur land shall be demolished and removed at the cost of the agency without any notice.

23. Any damage to the building structure, fittings or any other articles etc. done by the contractor or his workman during the execution of the work shall be made good by the contractor at his own cost.

24. The contractor shall clear the site properly after the completion of the work.

25. The Agency shall be solely responsible for compliance to the provisions of various Labor and industrial laws, such

as, wages, allowances, compensations, EPF, Bonus. Gratuity, ESI etc. relating to personnel deployed by it at AIIMS,

Raipur site or for any accident caused tothem andthe institute shallnot be liable to bear anyexpense in this regard.

The Agency shall make payment of wages to workers engaged by it by the stipulated date irrespective of any delay

in settlement of its bill by AIIMS, Raipur for whatever reason. The Agency shall also be responsible

Forthe insurance of its personnel. The Agency shall specifically ensure compliance of various Laws / Acts, including

but not limited to with their re-enactments / amendments / modifications etc.

(a) The Payment of Wages Act 1936.

(b) The Employees Provident Fund & MP Act, 1952. (c) The Contract Labor (Regulation) Act, 1970. (d) The Payment of Bonus Act, 1965. (e) The Payment of Gratuity Act, 1972. (f) The Employees State Insurance Act, 1948. (g) The Employment of Children Act, 1938. (h) The Motor Vehicle Act, 1988. (i) Minimum Wages Act, 1948.

Page 29: ALL INDIA INSTITUTE OF MEDICAL SCIENCES, RAIPUR · 2019. 10. 28. · 2 | P a g e INDEX Name of Work: - ^Development of lower ground floor of Animal House at AIIMS Raipur. Sl. No From

29 | P a g e

26. Breach of Terms and Conditions: Noncompliance of any terms and conditions enumerated in the contract shall be

treated as breach of contract. Or In Case of breach of any terms and conditions as mentioned above, the

Competent Authority, will have the right to reject the bid at any stage without assigning any reason thereof and

nothing will be payable by AIIMS, Raipur in that event the EMD and /or Performance Guarantee and/or security

deposit shall also stands forfeited.

27. Termination of Contract: AIIMS, Raipur would have the right to terminate the contract by giving one month’s

notice before the expiry of the term, in case the work performance is not up to the standard, or in case there

is any violation of AIIMS, Raipur rules & regulations, or if there is any lapse in compliance of any labor legislation,

or if there is any incident of indiscipline on the part of the bidder or his staff and the agreement may be

terminated by either party by giving one month’s notice to the institution. The decision of AIIMS, Raipur’s

management in this regard would be final and binding on the bidder . In such an event, AIIMS, Raipur shall have

the right to engage any other bidder to carry out the task.

28. Arbitration: The Arbitration shall be held in accordance with the provision of the Arbitration and conciliations

Act, 1996 and the venue of arbitration shall be at Raipur. The decision of the Arbitrator shall be final and binding

on the both parties.

29. Dispute Settlement: It is mutually agreed that all differences and disputes arising out of or in connection

with this agreements shall be settled by mutual discussions and negotiations if such disputes and differences

cannot be settled and resolved by discussions and negotiations then the same shall be referred to the sole

Arbitrator appointed by the Director, AIIMS, RAIPUR whose decision shall be final and binding on both the

parties. The contract shall be governed by laws and procedures established by Govt. of India, within the

framework of applicable legislation and enactment made from time to time concerning such commercial

dealings/ processing.

30. Guidelines issued by Hon’ble National Green Tribunal in O.A. No. 21 of 2015 and O.A. No. 95 of 2014 in the

matter of Vardhaman Kaushik Vs. Union of India & other and Sanjay Kulshreshtha Vs Union of India &ors : Air

Pollution of Dust from Construction and Demolition activity reg. issued vide letter No. DPCC/EIA/Ref-001 to

172/NGT-21/2015/225-408 dt. 17/04/2015 shall be complied by the Bidders.

B.GENERAL CONDITIONS FOR SUPPLY OF MATERIAL

1. The material shall be as per CPWD specifications with up to date correction slip and BISSpecifications wherever mentioned and as per List of approved makes (enclosed).

2. In the event of any variation between CPWD specifications and that in the IS Code the former shall take precedent over the later. In the event of variation between he nomenclature of item asperschedule of quantities and specifications, the former shall prevail.

3. Material will be supplied by the contractor within 03 days after giving he requirement otherwise suitable amount imposed as a penalty shall be recovered from contractor’s bill after giving notice as decided by the Engineer in-charge. However, the materials in urgent nature shall be supplied within 02-03 Hours.

4. The sample of all the items shall have to be got approved by the Contractor from the Engineer-in- Charge/Executive Engineer or his Representative before the supply commences, the approval of sample shall be only in respect of workmanship and finish, and shall be without prejudice to the right of Engineer- in- Charge to get random samples tested out of the actual lot received as per additional conditions. This decision is the Prerogative of Engineer-in-Charge.

5. The contractor shall if required furnish the manufacturer’s certificate that the material supplied satisfy the requirements of the relevant specifications.

6. The Engineer-in-Charge shall be at liberty to test respective sample (s) of each item of schedule of quantity in any approved laboratory as decided by him. The sample for testing shall be provided by the contractor. If the test proves satisfactory and the material is accepted, the testing charge in respect of satisfactory test shall be borne by the department.

Page 30: ALL INDIA INSTITUTE OF MEDICAL SCIENCES, RAIPUR · 2019. 10. 28. · 2 | P a g e INDEX Name of Work: - ^Development of lower ground floor of Animal House at AIIMS Raipur. Sl. No From

30 | P a g e

All other expenditure required to be incurred for making available the sample, conveyance and packing etc, shall be borne by the contractor himself. In case any sample of particular lot fails in testing the contractor shall be bound to replace the entire lot with fresh material of prescribed specifications and the rejected lot shall only be returned to the contractor after fresh lot is supplied. Testing charges in respect of failed sample will be borne by the contractor himself.

7. Rejected materials shall have to be removed by the contractor at his own cost within a week of the instructions of doing so. Also go down rent as decided by Engineer-in-Charge shall be charged by the department.

8. In case of any dispute regarding rejection of quantity of materials the decision of Engineer-in- Charge shall be final and binding upon the contractor.

9. Conditional tenders are liable to be summarily rejected.

10. The rates shall be quoted only in the schedule of quantities attached with the tender and nowhere else i.e. letter heads etc.

11. The contractors are specifically required to quote only one rate against each item. The rate Quoted for any item of material shall conform to the prescribed specifications.

12. The quantities are approximate and are liable to change up to any extent on either side. The Engineer- in-Charge reserves right to order deviation from the quantities mentioned in the tender. The contractor shall supply the additional quantity on the rates quoted in the tender documents irrespective of deviation limit mentioned elsewhere in the agreement. The contractor shall have no claim to any payment or compensation whatsoever on account of any profit or advantage which might have derive from the execution of supply in full as mentioned in tender but which did not derive any consequence of the full supply of material mentioned in tender not having been ordered. It is not necessary to use all items in the BOQ/Schedule during contract Period. The use shall be based on the requirement at Site. Contractor cannot claim Payment against Storage of items to maintain the deadline of completion of work as per Tender.

13. The maker of material shall be same as that of actually installed/fixed at site. But, in case of non- availability or due to any reason, Engineer-in-Charge can take decision to install equivalent/new items available in the BOQ/Schedule. In case of any dispute the decision of Engineer-in-Charge shall be final with regards to make/brand of material.

14. For materials used in this work, the record shall be maintained at site in a standard Performa to watch quality and consumption of the material.

15. SPECIALIZED WORK EXECUTION

Specialized Works: Specialized works /items/ jobs are those works that requires expertise/specialized skill and are executed after prequalification of agencies. They require special T&P and/or specialized skill.

Specialized works to be executed through- specialized agencies

Specialized works are those works for which there are specialized agencies available in the market to execute them. These works are listed in NIT. These works should be got executed through such agencies only to ensure a proper quality of work.

Agencies acceptable to the department In a tender where there are components of such specialized nature of works and such works should be got executed only through associated agencies specialized in these fields. The contractor shall indicate the name(s) and address with experience certificates of his associated specialized agencies those fulfilling the above conditions as early as possible and within one month of award of work.

Agencies engaged by the main contractor are required to fulfill the laid down criteria. In case the main contractor himself meets the required eligibility criteria as laid down by the Department for specialized work, he is allowed to execute the same after due verification etc. The main contractor gives detailed execution programme of the work which forms part of his agreement with the department. He indicates in the programme, the time/stage of the work when the agencies of specialized components of works will be deployed by him. The main contractor enters into MOU with agencies associated by him for execution of specialized component as per conditions laid by Engineer-In-Charge.

Page 31: ALL INDIA INSTITUTE OF MEDICAL SCIENCES, RAIPUR · 2019. 10. 28. · 2 | P a g e INDEX Name of Work: - ^Development of lower ground floor of Animal House at AIIMS Raipur. Sl. No From

31 | P a g e

The specialized firms satisfies the following eligibility criteria: Experience of having successfully completed works during last seven years ending on previous day of last day of submission of tender Three similar works each of value not less than 40% of the estimated cost put to tender. OR Two similar works each of value not less than 60% of the estimated cost put to tender. OR One similar work of value not less than 80% of the estimated cost put to tender. All amounts rounded off to a nearest convenient figure.

The main contractor has to associate agencies for specialized component(s) conforming to eligibility criteria and has to submit detail of such agency(s) to Engineer-in-charge of relevant component(s).within prescribed time. Name of the agency(s) to be associated shall be approved by Engineer-in-charge of relevant component(s).

In case the main contractor intends to change any of the above agency/agencies during the operation of the contract, he shall obtain prior approval of Engineer-in-charge of relevant specialized component(s).

The new agency/agencies shall also have to satisfy the laid down eligibility criteria. In case Engineer-in-charge is not satisfied with the performance of any agency, he can direct the contractor to change the agency executing such items of work and this shall be binding on the contractor.

The main contractor has to enter into MoU with agency(s) associated by him . Copy of such MoU shall be submitted to Engineer- in-charge of each relevant component . In case of change of associate contractor, the main agency(s) has to enter into MoU /agreement with the new contractor associated by him.

Executive Engineer (Civil)

AIIMS, Raipur

Page 32: ALL INDIA INSTITUTE OF MEDICAL SCIENCES, RAIPUR · 2019. 10. 28. · 2 | P a g e INDEX Name of Work: - ^Development of lower ground floor of Animal House at AIIMS Raipur. Sl. No From

32 | P a g e

Annexure I

Form of Earnest Money Deposit

(Bank Guarantee Bond)

WHEREAS, contractor.................. (Name of contractor) (hereinafter called "the contractor") has submitted his tender

dated ............. (date) for the construction of .............................................. (name of work) (hereinafter called "the

Tender")

KNOW ALL PEOPLE by these presents that we ......................................... (name of bank) having our registered

office at ................................... (hereinafter called "the Bank") are bound unto ................................................... (Name

and division of Executive Engineer) (hereinafter called "the Engineer-in-Charge") in the sum of Rs. .........................

(Rs. in words .................................................) for which payment well and truly to be made to the said Engineer-

inCharge the Bank binds itself, his successors and assigns by these presents.

SEALED with the Common Seal of the said Bank this .................day of ................. 20... . THE CONDITIONS of this

obligation are:

(1) If after tender opening the Contractor withdraws, his tender during the period of validity of tender (including

extended validity of tender) specified in the Form of Tender;

(2) If the contractor having been notified of the acceptance of his tender by the Engineer-in-Charge:

(a) fails or refuses to execute the Form of Agreement in accordance with the Instructions to contractor, if required; OR

(b) fails or refuses to furnish the Performance Guarantee, in accordance with the provisions of tender document and

Instructions to contractor,

We undertake to pay to the Engineer-in-Charge either up to the above amount or part thereof upon receipt of his first

written demand, without the Engineer-in-Charge having to substantiates his demand, provided that in his demand the

Engineer-in-Charge will note that the amount claimed by his is due to him owing to the occurrence of one or any of

the above conditions, specifying the occurred condition or conditions.

This Guarantee will remain in force up to and including the date* ............. after the deadline for submission of tender

as such deadline is stated in the Instructions to contractor or as it may be extended by the Engineer-in- Charge, notice

of which extension(s) to the Bank is hereby waived. Any demand in respect of this Guarantee should reach the Bank

not later than the above date.

DATE .............SIGNATURE OF THE BANK

WITNESS ..................

SEAL (SIGNATURE, NAME AND ADDRESS)

*Date to be worked out on the basis of validity period of 6 months from last date of receipt of tender.

Page 33: ALL INDIA INSTITUTE OF MEDICAL SCIENCES, RAIPUR · 2019. 10. 28. · 2 | P a g e INDEX Name of Work: - ^Development of lower ground floor of Animal House at AIIMS Raipur. Sl. No From

33 | P a g e

Annexure II

FORM OF PERFORMANCE GUARANTEE BANK GUARANTEE

(On a stamp paper of appropriate value from any Nationalized Bank or Scheduled Bank)

To Executive Engineer, AIIMS RAIPUR, TATIBANDH, RAIPUR – 492099

Dear Sir,

In consideration of the AIIMS RAIPUR, having offered to except the terms and conditions of the proposed agreement between………….. &M/S_____________________________ (hereinafter referred to as “the said Contractor (s)”, which expression shall include his successor and assignees) for the work of _________________________________________________________ Contract No _____________in terms inter alia, of the ______ Letter No._ _____________ dated__________ and the General Conditions of Contract and upon the condition of the Contractor's furnishing Security for the performance of the Contractor's obligations and discharge of the Contractor's liability under and in connection with the said Contract upto a sum of Rs. ______________________ (Rupees _________________________________only) amounting to ________percent of the total Contract value.

1 We,___________________________________________(hereinafter called `The Bank' which expression shall include its successors and assignees) hereby jointly and severally undertake to guarantee the payment to the Employer in rupees forthwith on demand in writing and without protest or demur or any and all moneys payable by the Contractor to the Employer in respect of or in connection with the said Contract inclusive of all the Employer's losses and damages and costs, (inclusive between attorney and client) charges and expenses and other moneys payable in respect of the above as specified in any notice of demand made by the Employer to the Bank with reference to this guarantee upto an aggregate limit of Rs.______________(Rupees ______________________ only).

2 We_______________________ Bank Ltd. further agree that the Employer shall be sole judge of and as to whether the said Contractor has committed any breach or breaches of any of the terms and conditions of the saidContract and the extent of loss, damage, cost, charges and expenses caused to or suffered by or that may be caused to or suffered by the Employer on account thereof and the decision of the Employer that the said Contractor has committed such breach or breaches and as to the amount or amounts of loss, damage, costs, charges and expenses caused to or suffered by the Employer from time to time shall be final and binding on us.

3 The Employer shall be at liberty without reference to the Bank and without affecting the full liability of the Bank hereunder to take any other Security in respect of the Contractor's obligations and liabilities hereunder or to vary the Contract or the work to be done there under vis-a-vis the Contractor or to grant time or indulgence to the Contractor or to reduce or to increase or otherwise vary the prices of the total Contract value or to release or to forbear from enforcement of all or any of the Security and/or any other Security(ies) now or hereafter held by The Employer and no such dealing(s) reduction(s) increase(s) or other indulgence(s) or arrangements with the

Contractor or release or forbearance whatsoever shall absolve the bank of the full liability to the Employer hereunder or prejudice the rights of the Employer against the bank.

Page 34: ALL INDIA INSTITUTE OF MEDICAL SCIENCES, RAIPUR · 2019. 10. 28. · 2 | P a g e INDEX Name of Work: - ^Development of lower ground floor of Animal House at AIIMS Raipur. Sl. No From

34 | P a g e

4 This guarantee shall not be determined or affected by the liquidation or winding up, dissolution, or change of constitution or insolvency of the Contractor but shall in all respects and for all purposes be binding and operative until payment of all monies payable to the Employer in terms thereof.

5 The bank hereby waives all rights at any time inconsistent with the terms of this guarantee and the obligations of the Bank in terms hereof shall not be anywise affected or suspended by reason of any dispute or disputes having

been raised by the Contractor stopping or preventing or purporting to stop or prevent any payment by the Bank to the Employer in terms hereof.

6 The amount stated in any notice of demand addressed by the Employer to the Bank as liable to be paid to the Employer by the Contractor or as suffered or incurred by the Employer on account of any losses or damages or costs, charges and/or expenses shall be conclusive evidence of the amount so liable to be paid to the Employer or suffered or incurred by the Employer as the case may be and shall be payable by the Bank to The Employer in terms hereof.

7 This guarantee shall be a continuing guarantee and shall remain valid and irrevocable for all claims of the Employer and liabilities of the Contractor arising upto and until midnight of________________________.

8 This guarantee is valid till _______________(date to be mentioned) (Sixty days beyond the stipulated date of completion or the extended period, thereof)

9 This guarantee shall be in addition to any other guarantee or Security whatsoever that the Employer may now or at any time anywise may have in relation to the Contractor's obligations/or liabilities under and/or in connection with the said Contract, and the Employer shall have full authority to have recourse to or enforce this Security in preference to any other guarantee or Security which the Employer may have or obtain and no forbearance on the part of the Employer in enforcing or requiring enforcement of any other Security shall have the effect of releasing the Bank from its full liability hereunder.

10 It shall not be necessary for the Employer to proceed against the said Contractor before proceeding against the Bank and the Guarantee herein contained shall be enforceable against the Bank notwithstanding that any Security which The Employer may have obtained or obtain from the Contractor shall at the time when proceedings are taken against the said bank hereunder be outstanding or unrealized.

11 We, the said Bank undertake not to revoke this guarantee during its currency except with the consent of the Employer in writing and agree that any change in the constitution of the said Contractor or the said bank shall not discharge our liability hereunder.

12 We___________________ the said Bank further that we shall pay forthwith the amount stated in the notice of demand notwithstanding any dispute/difference pending between the parties before the arbitrator and/or that any dispute is being referred to arbitration.

13 Notwithstanding anything contained herein above, our liability under this guarantee shall be restricted to Rs.________________ (Rupees________ _________________) and this guarantee shall remain in force till___________________ and unless a claim is made on us within 3 months from that date, that is before ______________ all the claims under this guarantee shall be forfeited and we shall be relieved of and discharged from our liabilities there under.

Dated____________________day of________________20

For and on behalf of Bank.

Issued under seal

Page 35: ALL INDIA INSTITUTE OF MEDICAL SCIENCES, RAIPUR · 2019. 10. 28. · 2 | P a g e INDEX Name of Work: - ^Development of lower ground floor of Animal House at AIIMS Raipur. Sl. No From

35 | P a g e

SPECIAL CONDITIONS OF CONTRACT

1. GENERAL

1.1 Wherever any reference to any Indian Standard Specifications of BIS or other International standards of ASTM / BS/EN occurs in the documents relating to this contract, the same shall be inclusive of all amendments issued there-to or revisions thereof, if any, up to the date of receipt of tenders.

1.2 The contractor shall work according to the programme of work as approved by the Engineer-in-charge, for which purpose, the contractor shall submit a programme of the work within 07 days from the stipulated date of start of the work based on computer software and shall update the same every fortnight.

1.3 The contractor shall take instructions from the Engineer-in-charge for stacking of materials at site. No excavated earth or building materials shall be stacked on areas where the buildings, roads, services or compound walls are to be constructed.

1.4 If as per Municipal or prevailing rules of the secured campuses owned by paramilitary forces, Institutions etc, the huts for labour are not to be erected at the site of work by the contractors, the contractors shall provide such accommodation at such locations as are acceptable to local bodies with all provisions concerning labour safety & sanitation as contained in the relevant clause of the contract, for which nothing shall be payable.

1.5 Unless otherwise provided in the Schedule of quantities, the rates tendered by the contractor shall be all inclusive and shall apply to all heights, lifts, leads and depths of the building and nothing shall be payable to him on this account.

1.6 The working drawings appearing at para 8.1(iii) of conditions of contract in the form CPWD-7/8, shall mean to include both architectural and structural drawings respectively. The structural and architectural drawings shall be properly correlated before executing the work. In case of any difference noticed between architectural and structural drawings, final decision, in writing of the Engineer-in-charge shall be obtained by the contractor before proceeding further.

1.7 Some restrictions may be imposed by the security staff etc. on the working and for movement of labour, materials etc. The contractor shall be bound to follow all such restriction / instructions including issue of identity cards to all persons authorized by him to do work / visit the work site and nothing shall be payable on this account.

1.8 The contractor shall make his own arrangements for obtaining electric connections, if required, and make necessary payments directly to the department concerned.

1.9 The contractor shall conduct his work, so as not to interfere with or hinder the progress or completion of the work being performed by other contractor (s) or by the Engineer-in-Charge and shall as far as possible arrange his work and shall place and dispose off the materials being used or removed, so as not to interfere with the operations of other contractors, or he shall arrange his work with that of the others in an acceptable and coordinated manner and shall perform it in proper sequence to the complete satisfaction of Engineer-in-Charge. The contractor shall be responsible for any damage due to hindrance caused by him.

1.10 Cast iron pipes and fittings without ear shall be used. However, pipes and fittings with ears may be accepted without any extra payment. In such cases, clamps are not required and no extra payment shall be made for fixing the pipes in a different manner.

1.11 Any cement slurry added over base surface for bond or for continuation of concreting, for protecting reinforcement bars, its cost shall be deemed to have been included in the respective items, unless specified otherwise and nothing extra shall be payable nor extra cement shall be considered in the cement consumption on this account.

1.12 Stacking of materials and excavated earth including its disposal shall be done as per the directions of the Engineer-in-Charge. Double handling of materials or excavated earth if required at any stage shall have to be done by the contractor at his own cost.

1.13 No claim for idle establishment &labour, machinery &equipments, tools & plants and the like, for any reason whatsoever, shall be admissible during the execution of work as well as after its completion.

1.14 Only Star headed Stainless Steel screws shall be used unless otherwise specified.

Page 36: ALL INDIA INSTITUTE OF MEDICAL SCIENCES, RAIPUR · 2019. 10. 28. · 2 | P a g e INDEX Name of Work: - ^Development of lower ground floor of Animal House at AIIMS Raipur. Sl. No From

36 | P a g e

1.15 Work shall be carried out in professional manner with finished product serving the intended purpose with specified strength, durability and aesthetics.

1.16 Work activities shall be executed in well thought out sequences such that consequent activities not adversely affecting previously done work. Nothing extra shall be payable to protect the works already done.

1.17 The contractor shall prepare all the needed shop drawings well in advance and get them approved before placing the order and execution of the item.

1.18 The contractor shall, at his risk and cost, make all arrangements and shall provide all facilities as the Engineer-in-Charge may require for collecting, and preparing the required number of samples for such tests at such time and to such place or places as may be directed by the Engineer - in -Charge and bear all charges and cost of testing unless specifically provided for otherwise elsewhere in the contract or specifications.

2. RATES

2.1 The rates quoted by the Contractor are deemed to be inclusive of site clearance, setting out work, profile, setting lay out on ground, establishment of reference bench mark(s), installing various signage, taking spot levels, survey with total station, construction of all safety and protection devices, compulsory use of helmet and safety shoes, and other appropriate safety gadgets by workers, imparting continuous training for all the workers, barriers, preparatory works, construction of clean, hygienic and well ventilated workers housings in sufficient numbers as per drawing supplied by Engineer in charge, working during monsoon or odd season, working beyond normal hours, working at all depths, height, lead, lift, levels and location etc. and any other unforeseen but essential incidental works required to complete this work. Nothing extra shall be payable on this account and no extension of time for completion of work shall be granted on these accounts.

2.2 The rates quoted by the bidder, shall be firm and inclusive of all taxes and levies.

2.3 No foreign exchange shall be made available by the Department for importing (purchase) of equipment, plants, machinery, materials of any kind or any other items required to be carried out during execution of the work. No delay and no claim of any kind shall be entertained from the Contractor, on account of variation in the foreign exchange rate.

2.4 All ancillary and incidental facilities required for execution of work like labour camp, stores, fabrication yard, offices for Contractor, watch and ward, temporary ramp required to be made for working at the basement level, temporary structure for plants and machineries, water storage tanks, installation and consumption charges of temporary electricity, telephone, water etc. required for execution of the work, liaison and pursuing for obtaining various No Objection Certificates, completion certificates from local bodies etc., protection works, testing facilities / laboratory at site of work, facilities for all field tests and for taking samples etc. during execution or any other activity which is necessary (for execution of work and as directed by Engineer-in-Charge), shall be deemed to be included in rates quoted by the Contractor, for various items in the schedule of quantities. Nothing extra shall be payable on these accounts. Before start of the work, the Contractor shall submit to the Engineer-in-Charge, a site / construction yard layout, specifying areas for construction, site office, positioning of machinery, material yard, cement & other storage, fabrication yard, site laboratory, water tank etc.

2.5 For completing the work in time, the Contractor might be required to work in two or more shifts (including night shifts). No claim whatsoever shall be entertained on this account, not with-standing the fact that the Contractor may have to pay extra amounts for any reason, to the labourers and other staff engaged directly or indirectly on the work according to the provisions of the labour and other statutory bodies regulations and the agreement entered upon by the Contractor with them.

2.6 All material shall only be brought at site as per program finalized with the Engineer-in-Charge. Any pre-delivery of the material not required for immediate consumption shall not be accepted and thus not paid for.

3. CLEANLINESS OF SITE The Contractor shall not stack building material / malba / muck/ rubbish on the land or road of the local development authority or on the land owned by the others, as the case may be. So the muck, rubbish etc. shall be removed periodically as directed by the Engineer-in-Charge, from the site of work to the approved dumping

Page 37: ALL INDIA INSTITUTE OF MEDICAL SCIENCES, RAIPUR · 2019. 10. 28. · 2 | P a g e INDEX Name of Work: - ^Development of lower ground floor of Animal House at AIIMS Raipur. Sl. No From

37 | P a g e

grounds as per the local byelaws and regulations of the concerned authorities and all necessary permissions in this regard from the local bodies shall be obtained by the Contractor. Nothing extra shall be payable on this account. In case, the Contractor is found stacking the building material / malba as stated above, the Contractor shall be liable to pay the stacking charges / penalty as may be levied by the local body or any other authority and also to face penal action as per the rules, regulations and bye-laws of such body or authority. The Engineer –in-Charge shall be at liberty to recover, such sums due but not paid to the concerned authorities on the above counts, from any sums due to the Contractor including amount of the Security Deposit and performance guarantee in respect of this contract agreement.

4. INSPECTION OF WORK In addition to the provisions of relevant clauses of the contract, the work shall also be open to inspection by the Engineer-In-Charge, AIIMS Raipur and other senior officers of AIIMS Raipur and his authorized representative. The contractor shall at times during the usual working hours and at all times at which reasonable notices of the intention of the Engineer-in-Charge or other officers as stated above to visit the works shall have been given to the Contractor, either himself be present to receive the orders and instructions or have a responsible Site Engineer duly accredited in writing, to be present for that purpose Senior Officers of AIIMS Raipur Authorities shall also be inspecting the on-going work at site at any time with or without prior intimation.

5. CO-OPERATION WITH OTHER CONTRACTORS/SPECIALIZED AGENCIES / SUB - CONTRACTORS

5.1 The Contractor shall take all necessary precautions to prevent any nuisance or inconvenience to the owners, tenants or occupants of the adjacent properties and to the public in general .The Contractor shall take all care, as not to damage any other adjacent property or other services running adjacent to the plot. If any damage is done, the same shall be made good by the Contractor at his own cost and to the entire satisfaction of the Engineer-in-Charge. The Contractor shall use such methodology and equipments for execution of the work, so as to cause minimum environmental pollution of any kind during construction. Further, the Contractor shall take all precautions to abide by the environmental related restrictions imposed by Madhya Pradesh Pollution control board, Govt. of Madhya Pradesh.

Utmost care shall be taken to keep the noise level to the barest minimum so that no disturbance as far as possible is caused to the occupants / users of adjoining buildings. No claim what so ever on account of site constraints mentioned above or any other site constraints, inadequate availability of skilled, semi-skilled or unskilled workers in the near vicinity, non-availability of construction machinery spare parts and any other constraints not specifically stated here, shall be entertained from the Contractor. Therefore, the Tenderers are advised to visit site and get first-hand information of site constraints. Accordingly, they should quote their tenders. Nothing extra shall be payable on this account.

5.2 The Contractor shall cooperate with and provide the facilities to the sub-Contractors and other agencies working at site for smooth execution of the work. The contractor shall indemnify STC, BSF, authorities. Against any claim(s) arising out of such disputes. The Contractor shall: (i) Allow use of scaffolding, toilets, sheds etc. (ii) Properly co-ordinate their work with the work of other Contractors. (iii) Provide control lines and benchmarks to his Sub-Contractors and the other Contractors. (iv) Provide electricity and water at mutually agreed rates. (v) Provide hoist and crane facilities for lifting material at mutually agreed rates. (vi) Co-ordinate with other Contractors for leaving inserts, making chases, alignment of services etc. at site. (vii) Adjust work schedule and site activities in consultation with the Engineer-in-Charge and other

Contractors to suit the overall schedule completion. (viii) Resolve the disputes with other Contractors/ sub-contractors amicably and the Engineer-in-Charge shall

not be made intermediary or arbitrator.

5.3 The work should be planned in a systematic manner so as to ensure proper co-ordination of various disciplines viz. sanitary & water supply, drainage, rain water harvesting, electrical, firefighting, information technology, communication & electronics and any other services.

Page 38: ALL INDIA INSTITUTE OF MEDICAL SCIENCES, RAIPUR · 2019. 10. 28. · 2 | P a g e INDEX Name of Work: - ^Development of lower ground floor of Animal House at AIIMS Raipur. Sl. No From

38 | P a g e

5.4 Other agencies will also simultaneously execute and install the works of sub-station / generating sets, air-conditioning, lifts, etc. for the work and the contractor shall afford necessary facilities for the same. The contractor shall leave such recesses, holes, openings trenches etc. as may be required for such related works (for which inserts, sleeves, brackets, conduits, base plates, clamps etc. shall be supplied free of cost by the department unless otherwise specifically mentioned) and the contractor shall fix the same at time of casting of concrete, stone work and brick work, if required, and nothing extra shall be payable on this account.

5.5 The contractor shall conduct his work, so as not to interfere with or hinder the progress or completion of the work being performed by other contractor(s) or by the Engineer-in-Charge and shall as far as possible arrange his work and shall place and dispose off the materials being used or removed so as not to interfere with the operations of other contractor or he shall arrange his work with that of the others in an acceptable and in a proper co-ordinate manner and shall perform it in proper sequence to the complete satisfaction of others.

6. SAFETY MEASURES AT CONSTRUCTION SITE

In order to ensure safe construction, following shall be adhered for strict compliance at the site:-

(i) The work site shall be properly barricaded.

(ii) Adequate singnages indicating ‘Work in Progress – Inconvenience caused is Regretted’ or Diversion Signs shall be put on the sites conspicuously visible to the public even during night hours. These are extremely essential where works are carried out at public places in use by the public.

(iii) The construction malba at site shall be regularly removed on daily basis.

(iv) All field officials and the workers must be provided with safety helmets, safety shoes and safety belts.

(v) Proper MS pipe scaffoldings with work – platforms and easy-access ladders shall be provided at site to avoid accidents.

Necessary First-Aid kit shall be available at the site. The above provisions shall be followed in addition to the provisions of General Condition of Contract.

7. Field testing instruments (Following instruments in sufficient quantity as directed by the Engineer- in- Charge shall be made available by the contractor. It shall be ensured that the instruments always remain in serviceable condition else the same will be replaced. In case of non-availability of instrument Engineer-In-Charge will purchase the same and the invoice amount will be deducted from the bill and will be bound to contractor in the interest of work.

(1) Steel tapes – 3 m / 5m / 7.5m / 15m / 30m

(2) Vernier Calipers.

(3) Micrometer screw 25 mm gauge.

(4) A good quality plumb bob.

(5) Spirit level, minimum 30 cms long with 3 bubbles for horizontal vertical.

(6) Wire gauge (circular type) disc.

(7) Foot rule.

(8) Long nylon thread.

(9) Rebound hammer for testing concrete

(10) Dynamic penetrometer.

(11) Magnifying glass

(12) Screw driver 30 cms long

(13) Ball pin hammer, 100 gms.

(14) Plastic bags for taking samples

(15) Moisture meter for timber

(16) Earth resistance tests (for Electrical Divisions)

(17) Multimeter, Meggar (for Electrical Divisions)

(18) Total station

Page 39: ALL INDIA INSTITUTE OF MEDICAL SCIENCES, RAIPUR · 2019. 10. 28. · 2 | P a g e INDEX Name of Work: - ^Development of lower ground floor of Animal House at AIIMS Raipur. Sl. No From

39 | P a g e

8. The contractor shall submit ‘Method Statement’ for the approval soon after the award of work ‘Method Statement’ is a statement by which the construction procedures for important activities of construction are stated, checked and approved. Method Statement shall have description of the item with elaborate procedures in steps to implement the same. The specification of the materials involved their testing and acceptance criteria, equipments to be used, precautions to be taken, mode of measurements etc.

9. TESTING OF MATERIALS

9.1 The contractor shall arrange carrying out of all tests required under the agreement through the laboratory as approved by the Engineer-in-Charge and shall bear all charges in connection therewith including fee for testing unless specified otherwise. In all cases cost of samples and to & fro carriage shall be borne by the contractor. Contractor shall establish a laboratory at site of work at his own cost. The laboratory shall be equipped with all necessary equipment as per requirement of specification or as per direction of Engineer-in-Charge. A list of laboratory equipment to be maintained by the contractor is enclosed at Para 13 page 40 & 41. Establishing the laboratory at site shall not absolve the contractor from fulfilling the criteria of getting the test done in independent approved laboratories as per DG, CPWD, O.M. No. DG/MAN/308 dated 29.05.2014. The decision of the Engineer-in-Charge of allowing any test in the site laboratory shall be final.

9.2 Even ISI marked materials may be subjected to quality test at the discretion of the Engineer-in-Charge besides testing of other materials as per the specifications described for the item/material. Whenever ISI marked materials are brought to the site of work the contractor shall, if required by the Engineer-in-Charge, furnish manufacturer test certificate or test certificate from approved testing laboratory to establish that the material procured by the contractor for incorporation in the work satisfy the provisions of IS codes relevant to the material and/or the work done.

9.3 Substandard Material/Work: In case any material/work is found substandard the same shall be rejected by the Engineer-in-Charge and the same shall be removed from the site of work within 48 hour, failing which the same shall be got removed by the Engineer-in-Charge at the risk and cost of the contractor without giving any further notice and time.

Page 40: ALL INDIA INSTITUTE OF MEDICAL SCIENCES, RAIPUR · 2019. 10. 28. · 2 | P a g e INDEX Name of Work: - ^Development of lower ground floor of Animal House at AIIMS Raipur. Sl. No From

40 | P a g e

TECHNICAL SPECIFICATIONS

Electrical Installation

1. The work shall be carried out strictly in accordance with CPWD specifications for Electrical Works 2013 (internal) and 1995 (External) as amended upto date and in accordance with Indian Electricity Rules, 1956, Indian Electricity Act, 1910 as amended upto date and as per instructions of the Engineer-in-Charge including as below and nothing will be paid extra.

2. All materials to be used on this work shall be ISI marked & shall be got approved from the Technical sanctioning authority/Engineer-in-Charge before installation at site unless otherwise not covered under ISI.

3. PVC insulated Cu. conductor wire used shall be multi-standard FRLS grade for which nothing extra shall be paid.

4. The work shall be carried out according to approved drawings/details which shall be subsequently issued to the successful tenderer for execution of work and as per instructions of Engineer-in-Charge who will have the right to change the layout as per requirement at site and the contractor shall not have any claim due to change in layout. The work shall be executed by skilled person Licensed by the approved authorities.

5. All damages done to the building during execution of electrical work shall be the responsibility of the contractor and the same will be made good immediately at his own cost to the satisfaction of the Engineer-in-Charge. Any expenditure incurred by the department in this condition shall be recovered from the contractor and decision of the Engineer-in-Charge about recovery shall be final.

6. The bad workmanship will not be accepted and defects shall be rectified at contractor’s cost to the satisfaction of the Engineer-in-Charge. The programme of electrical works is to be co-ordinate in accordance with the building work and no claim for idle labour shall be entertained.

7. All the debris of the electrical works should be removed and the site should be cleared by the contractor immediately after the accruing of debris. Similarly any rejected material should be immediately cleared off from the site by the contractor.

8. The contractor or his representative is bound to sign the site order book as and when required by theEngineer-in-Charge and to comply with the remarks therein.

9. The size of conduit and wiring shall be got approved from the Engineer-in-Charge before taking up the execution.

10. The contractor shall make his own arrangement at his own cost for electrical / general tools and plants required for the work. Main Board and Main Distribution Board: The work shall be carried out according to the drawings / details are as approved by the Engineer- in-Charge. The contractor shall have to get the samples approved before the whole lot is brought to site and it shall include all inter connections etc. All termination of electrical cables in panel / feeder pillars DB’s, cable-looping box etc. shall have to be done with proper thimbles / lugs using crimping process. Copper thimbles / reducer shall be used for copper cable and Aluminium cable nothing extra will be paid for the same.

11. All materials shall be supplied and used in items of works by the contractor should be of standard and approved quality. They should be got approved from the Engineer-in-Charge or his authorized representative before installation otherwise no payment will be made for an unapproved or rejected material used on the works and the same shall be removed at his cost from site or work.

12. The contractor shall have to prove bonafides of the make of materials by producing necessary documentary evidence. They are advised to obtain prior approval of Engineer-in-Charge for proposed make of material, before bringing material to site work.

13. Location of Light fixtures, cable routes etc. should be got approved from the Engineer-in-Charge before execution.

14. All interconnection in the panel, DB, cable-looping boxes shall be carried out with suitable cable commensurate with the current carrying capacity of incoming and outgoing cables complete with thimbles etc. as required for which nothing extra shall be paid.

15. All panels, DB’s, cable-looping boxes will be numbered and marked with paint / name plate and nothing extra will be payable on this amount.

16. All MCB, MCCB, MCB, DB’s, RCBO’s, RCCB with DB’s shall be of same make / manufacturer. 17. Modular Switch / Socket’s / Plates / Computer outlet / Telephone outlet and all accessories shall be of the

single make only be provided. The contractor shall have to make the edges around the boxes wherever

Page 41: ALL INDIA INSTITUTE OF MEDICAL SCIENCES, RAIPUR · 2019. 10. 28. · 2 | P a g e INDEX Name of Work: - ^Development of lower ground floor of Animal House at AIIMS Raipur. Sl. No From

41 | P a g e

required shall have to be made by the contractor for which nothing extra shall be paid. The galvanized metal box shall be of the standard thickness as the GI boxes besides other requirement.

18. All the material should be ISI Marked unless otherwise clarification is not available. 19. All concealed works shall have to be done in the presence of Engineer-in-Charge or his authorized

representative. 20. The contractor shall make his own arrangement for carriage of material from store of the JE (E) to the site. 21. The entire installation shall be at the risk and responsibility of the contractor until these are tested and

handed over to the department. 22. Notwithstanding the schedule of quantities, all items of interrelated works considered necessary to make the

installation complete and operative are deemed to be included shall be provided by the contractor at no extra cost.

23. The connection, inter connection, earthing and inter earthing shall be done by the contractor wherever required and noting extra shall be paid on this account All repairs & patch work shall be neatly carried out to match with the original finish & all damages caused to the building installation during the execution of work shall have to be made good by the contractor immediately at his own cost to the entire satisfaction of Engineer-in-charge. In case contractor fails to comply with the instructions of the Engineer-in-charge, Engineer-in-charge shall be at liberty to get the work done by any other agency and recover such amount as paid to the other agency from the bill(s) of the contractor. Contractor shall have no claim, whatsoever, on the extent of such amount.

24. The contractor shall have to provide the fish wire after removing the choking of the conduits. Even if subsequently the conduits are found chocked, the choking will be get removed and / or the new conduits shall be provided at the risk and cost of the contractor.

25. The makes of material have been indicated in the list of acceptable makes. No other make will be acceptable. The material to be used in the work shall be got approved from the Engineer-in-Charge before use at site. The Engineer-in-Charge shall reserve the right to instruct the contractor to remove the material which, in his opinion, is not as per specifications.

26. No material shall be brought to site without the approval of Engineer-in Charge. All fixtures and fittings shall be procured just before the installation.

27. Wherever ceiling roses are not required to be provided in the light/fan/exhaust fan points, due to site conditions, the contractor shall use suitable three pin connectors for which nothing extra shall be paid. Wiring shall be carried out with FRLS wires.

28. Contractor shall provide polythene/PVC plastic cover for all MDB’s/SDB’s/DB’s, panels, feeder pillars etc to protect them from rust/damages, during execution of work till the work is actually completed and handed over to the department.

29. Makes of all items that are not covered in the schedule of work/additional specifications shall be got approved from the Engineer-in-charge and shall conform to relevant Indian Standard as applicable.

30. The contractor shall ensure that the staff employed by him for execution of the electrical work, possess the valid electrical license issued by competent authority. Consequences arising due to the default of the contractor in not complying with the above condition shall be the responsibility of the contractor.

31. Copper lugs shall be provided for terminating copper/aluminium/GI earth wire to all switchboards for which nothing extra shall be paid. All multi-stranded/ stranded wires shall be terminated through copper lugs.

32. All concealed work and earthing shall be done in the presence of the Engineer-in-charge or his authorized representative.

33. The schematic diagram/dimensional drawings of the various electrical cubical panels shall be got approved from the Engineer-in-charge before fabrication and shall comply with CPWD specifications and Indian Electricity Rules. The panels shall conform to IS: 8623/1993. All panels shall be powder coated inside out, in shade approved by the Engineer-in-charge.

34. All floor-mounted panels shall be mounted on M.S. channel of suitable size on all the sides. It shall have a continuous earth bus of the same size and material as the main phase running continuously along the length of the panel extending on either side for earth connection.

35. The doors of all cubicle panels shall be hinged type including those of bus bar chambers and cable alleys. The locking shall be with chrome plated metal key locks. All doors shall be earthed with copper conductor wire as approved by the Engineer-in-charge.

36. The work shall be carried out according to drawing approved by the Engineer-in-charge. The layout once approved can only be changed by the Engineer-in-charge as per requirement at site. It shall be the responsibility of the contractor to plan the layout and get the approval from the Engineer-in-charge before laying the conduits etc.

Page 42: ALL INDIA INSTITUTE OF MEDICAL SCIENCES, RAIPUR · 2019. 10. 28. · 2 | P a g e INDEX Name of Work: - ^Development of lower ground floor of Animal House at AIIMS Raipur. Sl. No From

42 | P a g e

37. The MCB should be of the same make as that of MCB DB’s and having a minimum breaking capacity of 10 KA. Contractor shall obtain approval of the Engineer-in-charge before procurement of MCB DB’s.

38. All model of modular accessories required for the work shall be got approved from the Engineer-in-charge from among the approved makes. The base plate shall be preferably in sheet steel or otherwise in unbreakable polycarbonate. The cover plates shall be screw less type in shade approved by the Engineer-in-charge.

39. Contractor shall have to check the Site Order Book for any instructions of the Engineer-in-charge or his authorized representative and sign the site order book. He shall be bound to ensure compliance with the instructions recorded therein.

40. MCCBs shall be used with terminal spreaders and all terminals shall be shrouded to avoid direct contact. 41. All measuring and indicating instruments shall be protected through MCB’s and isolating switches. 42. General arrangement drawing of the switchboard shall be got approved from the Engineer-in-Charge before

commencement of manufacturing. 43. For the items like LT panels, feeder pillars and accessories, etc, the firm shall arrange for inspection in the

factory and provide for all facilities for testing. The cost of the visit of Engineer-in-Charge or his representative shall be borne by department. However, firm will be responsible for arranging the inspections as required.

44. Conduit layout as per switching arrangement shall be prepared by contractor and got approved from the Engineer-in-Charge before slab casting.

45. Conduit and termination to SDB and main board adapter box i/c connection wires to MCB,s inter connection between SDB and main board etc shall be included in the tendered rates and nothing extra shall be paid for the same.

46. The contractor shall provide junction boxes / looping boxes of required sizes and such boxes shall be measured as part of conduit / batten wiring without any extra payment.

47. M.S. dash fastener shall be used for installation of fittings and fixtures in ceiling and for providing suspenders for the angle support, conduit, cable tray etc. for which nothing extra shall be paid

48. All CI/metal boxes & junction boxes should be cleaned properly and painted from inside before wiring & fixing the accessories.

49. Cables:- (a) Cables shall be bought from manufacturer only as per approved NIT. (b) The length of the cables required shall be measured w.r.t. site condition and these shall be delivered

in section of approved length only, to avoid jointing as far as possible. (c) Cable delivery shall be scheduled in consultation with department only. (d) All cable’s shall be offered for inspection by department prior to dispatch, department reserve the

right to wave of inspection so required in lien of proper test certificates. 50. Conduit layout drawing shall be got approval by Engineer -in-Charge before laying of conduit. 51. Watch and ward:-Watch & ward for the installations, materials, including materials supplied by the

department shall be responsibility of the contractor till the installations / left over materials are finally taken over by the department. Nothing shall be payable on this account separately as this is deemed to be included within scope of work.

52. Completeness of tender:-Statutory deduction of “Contract Tax” at source shall be made while releasing payment through running / final bills. A certificate specifying the rate and amount of deduction shall however be issued.

53. Conformity to specifications:-

(a) The work shall be carried out strictly in accordance with C.P.W.D. Specifications for Electric Works

2013 (Internal) and 1994 (External) as amended up to date and also in accordance with the Indian Electricity Rules, 1956 and Indian Electricity Act, 1910 as amended up to date and as per the instructions of the Engineer-in-Charge.

(b) PVC insulated copper wire used shall be ISI marked and wire of the size 4.00 Sq. mm and above shall be of stranded conductors and all standard wires are required to be crimped for connections / terminations.

(c) All accessories like switches, sockets, C/roses, holders shall be ISI marked. (d) Crimping type ferrules / thimbles shall be provided for wire termination in switches, sockets, MCB’s

etc as reqd.

Page 43: ALL INDIA INSTITUTE OF MEDICAL SCIENCES, RAIPUR · 2019. 10. 28. · 2 | P a g e INDEX Name of Work: - ^Development of lower ground floor of Animal House at AIIMS Raipur. Sl. No From

43 | P a g e

(e) Contractor shall have to prove bonafides of the make of materials by producing necessary documentary evidence. Firms are advised accordingly to obtain prior approval of Engineer- in-Charge for proposed make of materials before bringing materials to site of work.

(f) Phenolic laminated sheet be of only ISI Marked. Covers for adopter box and function box shall also be of white phenolic laminated sheet.

54. Earthing connections:- (a) All fans & fittings are to be properly earthed for which no extra will be paid. (b) Proper sleeving is to be provided to bare earth conductor in the switch boxes and also to bore

conductors used for inter switch looping inside the switch boxes for which no extra will be paid. (c) Termination of wiring inside DB’s & main boards should be by crimped connections. (d) Clamp type termination of earth strip (wherever provided) to pipe electrode will be made.

55. Date of acceptance of the installation:-

After the Engineer – in – Charge is satisfied that the installation complies with

(a) Requirements of specifications in all respect. (b) The entire installation shall be at the risk and responsibility of the contractor until these are tested

and handed over to the department. However, if there is any delay from the department side, the installation may be taken over in parts but the decision on the same shall be binding on the contractor.

(c) Contractor or his authorized representative is bound to sign the site order book as and when required by the Engineer-in-Charge.

(d) The contractor shall remain responsible for attending complaints free of cost for the minimum period of One Year for satisfactory performance of installations against the scheduled work done.

(e) If any makes stated above does not comply with the technical specification given in the tender then such a make shall not be allowed.

(f) If for any Material Makes not given, it should be got approved from the Engineer - in - Charge.

Page 44: ALL INDIA INSTITUTE OF MEDICAL SCIENCES, RAIPUR · 2019. 10. 28. · 2 | P a g e INDEX Name of Work: - ^Development of lower ground floor of Animal House at AIIMS Raipur. Sl. No From

44 | P a g e

FORM OF APPLICATION BY THE CONTRACTOR FOR SEEKING EXTENSION OF TIME

(PART – I)

1. Name of contractor

2. Name of work as given in the agreement

3. Agreement no.

4. Estimated amount put tender

5. Date of commencement of work as per agreement

6. Period allowed for completion of work as per agreement

7. Date of completion stipulated in agreement

8. Period for which extension of time has been given previously:

EE’s letter no. and date Extension granted

Months Days

(a) 1st extension ………………………….

(b) 2nd extension …………………………..

(c) 3rd extension …………………………..

d) 4th extension …………………………..

(e) Total extension previously given…..

9. Reasons for which extension have been previously given (copies of the previous applications should be

attached)

10. Period for which extension if applied for

11. Hindrances on account of which extension is applied for with dates on which hindrances occurred and the

period for which these are likely to last.

Serial no

Nature of hindrance

Date of occurrence

Period for which it is likely to last

Period for which extension required for this particular hindrance

Overlapping period if any, with reference to item.

Net extension applied for

Remarks, if any

a b c d e f g h

Total period on account of hindrances mentioned above……… Months …………… Days

12.Extension of time required for extra work.

13.Details of extra work and the amount involved:

a.Total value of extra work

b.Proportionate period of extension of time based on estimated amount put to tender on account of extra work.

14.Total extension of time required for 11 & 12

Submitted to the Sub Divisional Officer ……………

Signature of contractor Dated:………………..

Page 45: ALL INDIA INSTITUTE OF MEDICAL SCIENCES, RAIPUR · 2019. 10. 28. · 2 | P a g e INDEX Name of Work: - ^Development of lower ground floor of Animal House at AIIMS Raipur. Sl. No From

45 | P a g e

FORM OF APPLICATION OF THE CONTRACTOR FOR SEEKING RESCHEDULING OF THE MILESTONES

1. Name of contractor

2. Name of work as given in the agreement

3. Agreement no.

4. Estimated amount put tender

5. Date of commencement of work as per agreement

6. Period allowed for completion of work as per agreement

7. Date of completion stipulated in agreement

8. Rescheduling of milestones done previously

Milestone No. Already Rescheduled

EE's Letter No. and Date

Rescheduling Of Milestones Done

Original Date Rescheduled Date

(A) 1st Milestone

(B) 2nd Milestone

Rescheduling of milestone applied for

Milestone No. For Which Rescheduling is Applied

Original/ Rescheduled Date

Details And Period of Hindrances

Comments of Executive Engineer

Proposed Rescheduled Date of

(A) 1st Milestone

(B) 2nd Milestone

Submitted to the Sub Divisional Officer Signature of Contractor Dated

Page 46: ALL INDIA INSTITUTE OF MEDICAL SCIENCES, RAIPUR · 2019. 10. 28. · 2 | P a g e INDEX Name of Work: - ^Development of lower ground floor of Animal House at AIIMS Raipur. Sl. No From

46 | P a g e

GUARANTEE BOND TO BE EXECUTED BY CONTRACTORS FOR REMOVAL OF DEFECTS AFTER COMPLETION IN RESPECT OF WATER PROOFING WORKS

The Agreement made this ....................... day of ....................... two thousand and ....................... between ....................... son of ....................... of ....................... (hereinafter called the Guarantor of the one part) and the PRESIDENT OF INDIA (hereinafter called Government of the other part).

WHEREAS this agreement is supplementary to a contract (hereinafter called the Contract) dated ............. and made between the GUARANTOR of the one part and the Government of the other part, whereby the Contractor, inter alia, undertook to render the buildings and structures in the said contract recited completely water and leak-proof.

AND WHEREAS GUARANTOR agreed to give a guarantee to the effect that the said structures will remain water and leak-proof for five years from the date of giving of water proofing treatment.

NOW THE GUARANTOR hereby guarantees that water proofing treatment given by him will render the structures completely leak-proof and the minimum life of such water proofing treatment shall be five years to be reckoned from the date after the maintenance period prescribed in the contract.

Provided that the guarantor will not be responsible for leakage caused by earthquake or structural defects or misuse of roof or alteration and for such purpose:

(a) Misuse of roof shall mean any operation which will damage proofing treatment, like chopping of firewood and things of the same nature which might cause damage to the roof;

(b) Alteration shall mean construction of an additional storey or a part of the roof or construction adjoining to existing roof whereby proofing treatment is removed in parts;

(c) The decision of the Engineer-in-Charge with regard to cause of leakage shall be final.

During this period of guarantee the guarantor shall make good all defects and in case of any defect being found, render the building water-proof to the satisfaction of the Engineer-in-Charge at his cost, and shall commence the work for such rectification within seven days from the date of issue of the notice from the Engineer-in-Charge calling upon him to rectify the defects, failing which the work shall be got done by the Department by some other contractor at the GUARANTOR'S cost and risk. The decision of the Engineer- in-Charge as to the cost, payable by the Guarantor shall be final and binding.

That if GUARANTOR fails to execute the water proofing or commits breach thereunder then the GUARANTOR will indemnify the Principal and his successors against all loss, damage, cost, expense or otherwise which may be incurred by him by reason of any default on the part of the GUARANTOR in performance and observance of this supplementary agreement. As to the amount of loss and/or damage and/or cost incurred by the Government the decision of the Engineer-in-Charge will be final and binding on the parties.

IN WITNESS WHEREOF these presents have been executed by the Obligor .............and by .............. and for and on behalf of the PRESIDENT OF INDIA on the day, month and year first above written.

Page 47: ALL INDIA INSTITUTE OF MEDICAL SCIENCES, RAIPUR · 2019. 10. 28. · 2 | P a g e INDEX Name of Work: - ^Development of lower ground floor of Animal House at AIIMS Raipur. Sl. No From

47 | P a g e

Signed, sealed and delivered by OBLIGOR in the presence of

1.

2.

Signed for and on behalf of THE PRESIDENT OF INDIA by ....................... in the presence of

1.

Page 48: ALL INDIA INSTITUTE OF MEDICAL SCIENCES, RAIPUR · 2019. 10. 28. · 2 | P a g e INDEX Name of Work: - ^Development of lower ground floor of Animal House at AIIMS Raipur. Sl. No From

48 | P a g e

LIST OF SPECIALIZED ITEMS / JOBS

List I - Civil Works

1. ** Water proofing treatment work.

2. Steel work in steel bridge work, space frames for long span structures, steel towers.

3. ** Special foundations including all types of piles.

4. RCC Overhead Tank with independent staging.

5. Structural Repair and Rehabilitation/ Retrofitting works.

6. Soil Investigation and Survey Work.

7. ** Facade cleaning system and façade cleaning.

8. Custom made wooden furniture (factory made).

9. Diaphragm walls.

10. Post construction Anti-termite chemical treatment.

11. Water Treatment Plants

12. Security to vacant bungalows/premises.

13. Tentage works.

14. Washing/dry cleaning works.

15. Synthetic play area surface for games.

16. Electronic / Digital Signages.

17. Environment Impact Assessment Study and Environment Clearance.

18. Mechanized Housekeeping Work .

Note:

**For these works, Specialized Agencies shall have to be associated by the duly approved specialized agency by Enginerr-In-Charge in case the Contractor does not possess the requisite eligibility and experience as per the NIT conditions to carry out these works..

Page 49: ALL INDIA INSTITUTE OF MEDICAL SCIENCES, RAIPUR · 2019. 10. 28. · 2 | P a g e INDEX Name of Work: - ^Development of lower ground floor of Animal House at AIIMS Raipur. Sl. No From

49 | P a g e

Electrical Works

LIST- II(A)

S. No. Supplying /fabrication, installation, testing and commissioning of the following

1. Kitchen equipment

2. Lifts, escalators and conveyors

3. Simultaneous interpretation systems

4. Gas plants.

5. Cold storage plant

6. Hot Water/Steam Boilers

7. Public address system; conferencing system, automatic vote recording system, recorders

8. Stage lighting

9. Projector and other special equipment for theatre

10. Repairs and calibration of various types of measuring instruments and relays etc.

11. Testing of transformer oil and dehydration and other type of high potential test.

12. Frequency Convertor

13. Temporary illumination, security lighting and wiring for power outlets for metal detectors in connection with Republic Day and Independence Day Celebrations.

14. EPBAX system (equipments).

15. EPBAX system (cabling and wiring).

16. Illumination of heritage caves and fiber optic lighting system

17. Security system and alarm

18. Building Automation System

19. Hydraulic platform /Lift

20. Incinerator

21. Laundry equipment

22. Centralized clock system.

23. Interior/exterior flood lighting of heritage/Monumental buildings/structures involving Computer aided design and evolution of special mounting arrangements for luminaries:

Page 50: ALL INDIA INSTITUTE OF MEDICAL SCIENCES, RAIPUR · 2019. 10. 28. · 2 | P a g e INDEX Name of Work: - ^Development of lower ground floor of Animal House at AIIMS Raipur. Sl. No From

50 | P a g e

24. Gas pipe line

25. Modular OT

26. Electrically Operated Gate

27. Fountain Work

28. Water supply motors and pumps of 100 hp or more

29. Mechanized Car Parking Systems

30. VRV/VRF Type Air-Conditioning Systems

31. Oxygen Generation Plant

32. CCTV and Allied Equipments

33. Access Control System

34. Hydro Pneumatic Pumps

35. Providing and fixing of Sensor operated Gates

36. Precision Air Conditioning System

37. LAN System

38. SITC of active power factor filter

39. SITC of Solar Photo Voltaic Power generation system

LIST-II (B)

S. No. Supplying /fabrication, installation, testing and commissioning of the following

1. Diesel Generating Set

2. Heating, Ventilation and Air-conditioning System

3. Sub-station equipment

4. Fire fighting system (including wet riser and sprinkler system, portable fire extinguishers)

5. Fire detection and alarm system

List -III Horticulture Works

(1) Construction of Vertical Green Wall.

Page 51: ALL INDIA INSTITUTE OF MEDICAL SCIENCES, RAIPUR · 2019. 10. 28. · 2 | P a g e INDEX Name of Work: - ^Development of lower ground floor of Animal House at AIIMS Raipur. Sl. No From

51 | P a g e

LIST -IV Concurrent list of Specialized items/ jobs

(1) Sewage Treatment Plant

(2) Outsourcing of Day to Day Maintenance Work*

*Note :

(a) For Outsourcing of Day to Day Maintenance Work, Provision is to be made in the NIT for specialized agency duly approved by Engineer-In-Charge, not having the requisite eligibility and experience as per the NIT conditions, to execute the Comprehensive Maintenance Work by associating Agencies Specialized in Day to Day Maintenance Work.

(b) Outsourcing of Day to Day Maintenance Work is the "Specialized Work" for the purpose of association only and not for awarding work on standalone basis.

Page 52: ALL INDIA INSTITUTE OF MEDICAL SCIENCES, RAIPUR · 2019. 10. 28. · 2 | P a g e INDEX Name of Work: - ^Development of lower ground floor of Animal House at AIIMS Raipur. Sl. No From

52 | P a g e

No Claim Certificate

(On company letter head)

To,

The Executive Engineer,

Project Cell, AIIMS, Raipur

Name of Work-

Agreement No. -

Sub: No claim declaration / certificate

We have received the sum of Rs. (Rupees ........................................................ only) in full and

final settlement of all the payments due to us for the above stated work under the above

mentioned contract agreement, between us and AIIMS, Raipur. We hereby unconditionally, and

without any reservation whatsoever, certify that with this payment, we shall have no claim

whatsoever, of any description, on any account, against Procuring Entity, against aforesaid

contract agreement executed by us. We further declare unequivocally, that with this payment, we

have received all the amounts payable to us, and have no dispute of any description whatsoever,

regarding the amounts worked out as payable to us and received by us, and that we shall continue

to be bound by the terms and conditions of the contract agreement, as regards performance of the

contract.

Yours faithfully,

Signatures of contractor

or Officer authorised to sign the contract documents

on behalf of the contractor

(Company stamp)

Date: ...................

Place: ...................

Page 53: ALL INDIA INSTITUTE OF MEDICAL SCIENCES, RAIPUR · 2019. 10. 28. · 2 | P a g e INDEX Name of Work: - ^Development of lower ground floor of Animal House at AIIMS Raipur. Sl. No From

53 | P a g e

APPROVED MATERIALS LIST (ELECTRICAL)

Note :

1. Unless otherwise specified, the brand/make of the material as specified in the item nomenclature or in the particular specifications or in the list of approved materials attached in the tender, shall be used in the work.

2. The Contractor shall obtain prior approval from the Engineer-in-charge before placing order for any specific material/ Brand/ Make.

3. Whenever the specified brand of material is not available than, the Engineer-in-charge may approve any material equivalent to that specified subject to proof being offered by the Contractor for its equivalence and its non-availability to his satisfaction.

S.no. Item Acceptable Makes/ Manufactures

1 PVC insulated Copper wire (FRLS), Cables / Telephone wire/Lan wire

Havells / Polycab / Finolex/ Anchor/ L&T (All with ISI Marked)

2 MCB / MCB DB’s / RCCB Legrand / L&T / Hager / Seimens / Schneider/ MDS/ GE/ Hager/ ABB

3 Industrial Socket MDS/ HAVELLS/ Hager/ ABB/C&S/ L&T

4 Lan socket Krone/ TVS/ R&M

5 PVC Conduit AKG/ MK/ Anchor/ Finolex/ Steel Craft/ Saraswati/ Swastik

6 Casing Caping Saraswati/ Polycab/ AKG

7 Call Bell / Buzzer / Ceiling rose / Electronic Regulator.

Anchor / Vinay Clair / Polo Rider / North West.

8 Modular Switch / Socket / Blanking Plate /PVC Box / Metal Switch Box (the gauge of switch Box shall not less than 18 SWG & of the same make that of Switch) Front Plates, Telephone, T.V. Outlets Socket / Fan Regulator.

Clipsal, Crabtree/ Anchor Roma/ Siemens/ Northwest, MK (Blenze) / Legrand (Arteor) / Schneider (ZENCELO).

9 LUGS, Thimble, Cable Glands Dowels/ Commet/ Hex/ Jhonson / Gripwell/ Comex/Comed

10 LED Light fittings Wipro/ CGL/ Philips/ Bajaj/ Osram

11 Exhaust fan, Wall mounted fan Usha/ Crompton/ Havells/ GE/ Bajaj

Page 54: ALL INDIA INSTITUTE OF MEDICAL SCIENCES, RAIPUR · 2019. 10. 28. · 2 | P a g e INDEX Name of Work: - ^Development of lower ground floor of Animal House at AIIMS Raipur. Sl. No From

54 | P a g e

APPROVED MATERIALS LIST (CIVIL)

Note :

4. Unless otherwise specified, the brand/make of the material as specified in the item nomenclature or in the particular specifications or in the list of approved materials attached in the tender, shall be used in the work.

5. The Contractor shall obtain prior approval from the Engineer-in-charge before placing order for any specific material/ Brand/ Make.

6. Whenever the specified brand of material is not available then, the Engineer-in-charge may approve any material equivalent to that specified subject to proof being offered by the Contractor for its equivalence and its non-availability to his satisfaction.

1. Acid/Alkali Resistant Tile Somany/ Nitco/ Kajariya/ Bell

2. Premium Acrylic Emulsion Paint: Interior Asian (Royale)/ ICI (Velvet)/ Berger (Luxol Silk)/ Nerolac Impression

3. Admixures& Epoxy FOSROC/ Aquomix/ BAL-ENDURA/ROFF/Dr.Fixit/CICO/SIKA/BASF

4. Aluminium Composite Panel Alpolic/ Aluco Bond/ Reynobond/ Euro bond/ Al-strong/Aludewr

5. Aluminium Extrusions/ Sections Hindalco/ Indalco/ Jindal/Indian Aluminium Co.

6. P.T.M.T. Accessories Prayag, PRAKASH, SHURYA/Supreme/Kingston

7. Annealed Float Glass Saint Gobain/ Modi Guard/ Hindustan Pilkington/TATA

8. Centrifugally Cast Iron Pipe & Fittings Neco/ RIF/ Kapilansh/ BIC/SKF/Electrosteel

9. Ceramic Tiles Kajaria/ Somany/ Nitco/ Orient Bell/ Johnson/Varmora/AGL/OASIS/Marbito

10. Cement Concrete Chequrred tiles Raj-Tiles/ Bharat/ Rigid Tiles/Advance/Ultra Tiles/NITCO

11. CP Bottle Trap Parryware / Hindware/ Jaquar/ GRAFDOER by VMS BathwarePvt. Ltd.

12. CP Brass Bibcock/ Pillarcock/ Stopcock/ Angle Valve/ Concealed Stop Cock & CP fittings

(Normal Range)

Marc(oriental series)/ Parko/ Jaquar (Continental series)/SPRING COLLECTION OF PRIMA /GEM/ESS/Plumber/ GRAFDOER by VMS BathwarePvt. Ltd. /L&K Metro/Vardhman/’Coral’ series of parryware/’JOY’ & ‘VINTAGE’ series of KEROVIT by Kajaria

13. CP Waste Coupling Mark/ GRAFDOER by VMS BathwarePvt. Ltd./ Parko or equivalent

14. Curtain Carrier Vista levlor or equivalent.

15. Dash fastener/ Expansion Bolt/Stone Cladding Clamp M/s DevAshish/HILTI/Fischer/Bosch/Wurth/Trixel.

16. Door closer/ floor springs Dorma/ Haffle/ Falcon/Godrej/Dorset/Kich/Sandhu/Hardwyn

17. Drapery Rod Vista Levlor or equivalent.

18. Flushing cistern (single/Dual Flush) as per IS: 7231 Sleek Dual flush PVC cistern of Hindware / ‘Slimline’ofParryware.

19. EPDM Gasket AnandLescuyer or equivalent.

20. Epoxy Primer & Paints Berger/ Pidilite/ CICO/ BASF/ SIKA/Asian/Nerolac/ICI Kansai Akzo Nobel.

21. Fibre Glass Shelf Kamal/ Bath King or equivalent.

22. Float/Clear/Frosted/Toughened/Refractive Glass Modi Float/ Saint Gobain/ Asahi/AIS/Modiguard.

23. Flush Doors / Shutters as per IS: 2202 Kutty flush door/ Anchor/ Century/ Kitlam/Archid/JAYNA/Ashiyana Brand by Evergreen Industries/ Bhimsaria Door/ Century/ Greenply /Archid/Kitply/Selected Products Company/Jain Doors pvt. ltd./Duro/Durian

24. Flush Valve Aquel/ Marc/ Parryware/ Jaquar.

25. FRP Shutters/frame Fibre Glass Engineers/ Raipur/ Aashoo Model or equivalent/JAYNA/ Selected Products Company.

26. Galvanized/Stainless Steel Anchor Fasteners Shakti/ Arrow/ Hilti/ Fischer

27. GI fitting Tata/ Jindal/ Zenith/UNIK/AVR/Zoloto.

28. GI Pipe Tata/ Zenith/ Jindal (HISAR)/Prakash Surya.

29. Glass Mosaic Tile Bissazza/ Saon or equivalent.

30. Gun Metal Gate Valve Zoloto/ Leader/ SAINT

31. False Ceiling system Boral Gypsum / India Gypsum/ Laffarge/ St. Gobain(Gyproc)/ Armstrong/Hunter Dougals/Aearolite/Gridsquare/Interarch

32. Hardner Hard crete of Snowcem India/ MC Deritop F.H.

33. Jet Assembly for EWC Parryware/ Jaquar/ Grohe/ Kohler

34. Laminate Marino/ Greenlam/ Decolam/ Century/ Formica/ Kitlam/Action TESA/Sunmica/Durian

35. Low Level PVC Cistern Single flush Sleek model Cistern of PVC of Hindware or ‘Slimline’ model of Parryware, JINDAL.

36. Melamine Polish Melamine Gold of Asian Paint/Wudfinof pidilite/Timbertone of ICI Dullex/ Beegel.

37. Metal False Ceiling Nittobo / Armstrong / Trac / Durlum / Huntordonglas/Aerolite

38. Mineral Fibre/Calcium silicate Ceiling Armstrong / Nitobo / Daiken / Hunter Douglas/ Aerolite

Page 55: ALL INDIA INSTITUTE OF MEDICAL SCIENCES, RAIPUR · 2019. 10. 28. · 2 | P a g e INDEX Name of Work: - ^Development of lower ground floor of Animal House at AIIMS Raipur. Sl. No From

55 | P a g e

39. Modular SS Railing System Metallica India / Stark steel Fabricator / D-line International Denmark / Mobel Hardware.

40. M.S .Pipe (Railing) Jindal / Prakash Surya/ Tata/ RINIL

41. Marine Plywood / BWP Ply Kitply / Duro / Century/ Greenlam/ Durian

42. Non asbestos high impact polypropelene reinforced Cement sheet

Everest or equivalent

43. Oil Bound Distemper/Dry Distemper Asian (Professional Acrylic Distemper)/Maxilite of ICI / Bisan of Berger/Nerolac (Beauty Acrylic Distemper)

44. Water closet (Orissa Pan/Indian type) & fittings, accessories as per IS : 2556

Parryware / Hindware /’KEROVIT’ by Kajaria/ESSCO by Jaquar.

45. PE-AL-PE Composite pipes Jindal or equivalent.

46. Plastic Connection Pipe Parryware/Kamal Delux or equivalent.

47. Plywood/Veneer Archid/ Kitply/ Green ply/ Century/JAYNA/Green Ply/Merino/Duro/Durian

48. Polyester Powder Coating Nerolac/ Berger/ J&N

49. Poly Sulphide Sealant PIDISEALbyM/s Pidilite Industry/RDL941-TECHSEALChokseyChemicals/BASF/SIKA/Fosroc

50. Polymer Modified Cementitious grout BalEndura/ PidiliteKeroKoal/Ultratech/Ardex/Ferrous Crete.

51. Pre-laminated Particle Board IS : 12823 (Gr-I/ Type-II) Kitlam/ Tesa/ Archidply/Eco brand/Century/Bhutan board/Action Tesa/Greenlam/Merino

52. Primer (Cement Primer) Decoprime WT of Asian/ white primer of ICI/BP white of Berger/ Nerolac

53. PVC Rain Water Pipe & Fitting Finolex/ Classic of Kisan/ Kasta/ Supreme/AKG.

54. PVC Shutter and frames Rajshri/ Sintex/Polyline/Duroplast/Jain wood Industries.

55. PVC Tiles Arm Strong/ LG or equivalent.

56. Screws GKW / Nettle Fold or equivalent.

57. Silicon Sealant G.E./ DOW Corning/Waker/BASF/Pidilite/ROFF

58. Solid Plastic Seat Cover for EWC EWC standard seat cover white of Parryware/Hindware/’KEROVIT’ by Kajaria

59. Stainless Steel Jindal Stainless Steel/ Salem Steel

60. Stainless Steel Screws Kundan/ Arrow or equivalent.

61. Stainless steel Sink with or without Draining board. Nirali/ Hindware/ Frankee/ Cobra/AMC/ GRAFDOER by VMS BathwarePvt. Ltd./Parryware/Neelkanth/Nirali

62. Structural Silicon Sealant Dow Corning/ Wacker/ GE/ Du-pont

63. Structural steel TATA/ SAIL/ RINL/TISCO/JSW Steel ltd./Jindal steel & Power ltd.

64. Super plasticizer MC Baucheme/ Sika/ Fosroc

65. Synthetic Enamel Paints Gloss Synthetic Enamel of ICI(Dulux)/Asian (Apcolite Premium gloss)/Berger (Luxol Hi Gloss)/ Synthetic Hi Gloss of Nerolac

66. Terrazzo tiles /Mosaic Tiles Raj-Tiles/ Bharat/ Rigid Tiles/NIC/A-1/GTC

67. Cement Concrete Paver Block &Kerb stone Rigid Tiles/ Raj-Tiles/Advance

68. Textured Exterior wall paint Spectrum/ Ultratech / Heritage by Bakelite coating and paints/Asian paint/Berger/Nerolac/Luxture.

69. Towel Ring/Towel Rod/Towel Rack Kamal/ Marc or equivalent.

70. Pre-Painted/powder coated CRC windows M/s classic engineers and fabricators/ M/s JK Enterprises Jaipur/ Nclalltek&seccolor ltd. Hydrabad/ ultimate safety metals.

71. Veneer Archid/ SUN/ Durian/ Ventura/ NLDK

72. Virtuosos China Wash Basin Oval Hindware / Parryware /KEROVIT’ by Kajaria/CERA/Jaguar/ESSCO by Jaquar.

73. Vitreous China Floor moulded European with Cistern Complete

Parryware / Hindware /KEROVIT’ by Kajaria/ CERA/Jaguar/ ESSCO by Jaquar.

74. Vitreous China Floor Mounted European W.C. without cistern

Parryware / Hindware /KEROVIT’ by Kajaria/ CERA/Jaguar/ ESSCO by Jaquar.

75. Vitreous China Half stall Urinal Model No. 6002 Urinal flat back large of Hindware or magnum of Parryware/ ESSCO by Jaquar.

76. Vitreous China laboratory Sink Hindware / Parryware /KEROVIT’ by Kajaria/ CERA/Jaguar/ ESSCO by Jaquar.

77. Vitreous China Low Level Cistern for European W.C. Hindware / Parryware /KEROVIT’ by Kajaria/ CERA/Jaguar/ ESSCO by Jaquar.

78. Vitreous China Pedestal for Wash Basin Pedstal of Parryware / Hindware or equivalent/ CERA/Jaguar/ ESSCO by Jaquar.

79. Vitreous China Wall Mounted W.C. with vitreous Cistern (component)

Parryware / Hindware /KEROVIT’ by Kajaria/ CERA/Jaguar/ ESSCO by Jaquar.

80. Vitreous China Wall Mounted W.C. without Cistern. Parryware / Hindware /KEROVIT’ by Kajaria/ CERA/Jaguar/ ESSCO by Jaquar.

81. Vitreous China Wash Basin Rectangular without Pedestal Hindware / Parryware /KEROVIT’ by Kajaria/ CERA/Jaguar/ ESSCO by

Page 56: ALL INDIA INSTITUTE OF MEDICAL SCIENCES, RAIPUR · 2019. 10. 28. · 2 | P a g e INDEX Name of Work: - ^Development of lower ground floor of Animal House at AIIMS Raipur. Sl. No From

56 | P a g e

Jaquar.

82. Vitrified /Porcelain Tile Marbogranit/ Euro/ Somany/ diamond of Naveen /Granamite of Bell /OASIS/ceramic/ Granito/ Kajaria/ M/s Restile//Rak/ Johnson/Nitco/ Varmora/AGL/Marbito.

83. Waste Pipe Kamal with brass checknut/Viking

84. Water Proofing Compound (Liquid) Pidiproof Ltd./CICO/ Super plast by M/s Structural water proofing/ Impermo/FOSROC/Dr.Fixit (Pidilite Industries))/BASF/ROFF/SIKA/ArdexEndura (BalEndura).

85. White Cement JK White/ Birla White.

86. CPVC Pipes as per IS: 15778 AKG/Ashirvad/PRIME FLOW OF KRISHI POLYMERS/Supreme/KSR by Kisan irrigation/Flowguard plus by finolex/Prince

87. Teak wood/hard wood wire mesh & panel doors A-1 Teak product Indore or equivalent.

88. Reinforcement steel Tata/Sail/RINL/Jindal/Jindal steel & power ltd.

89. Block Boards as per IS: 1659 JAYNA/Century/Greenply/Archid/Kitply or equivalent.

90. Brass bib cocks/stop cock Marc/Parko/Jaquar/SPRING COLLECTION OF PRIMA as per IS : 781 or equivalent.

91. Brass ball cocks (Float valve) Marc/Parko/Jaquar /SPRING COLLECTION OF PRIMA as per IS:1703 or equivalent.

92. Water meter SPRING COLLECTION OF PRIMA as per IS: 779 or equivalent.

93. HDPE Pipes as per IS:4984 KRISHNA plast pipes/KSR by Kisan irrigation/Supreme/Reliance/Jain

94. uPVC Pipes as per IS: 4985 KRISHNA plast pipes/AKG/ KSR by Kisan irrigation/Supreme/Astral/Prince/Ashirwad

95. uPVC Screen and casing pipes for bore well/tube well as per IS : 12818

KRISHNA plast pipes/KSR by Kisan irrigation/Supreme.

96. uPVC-SWR Pipes SN 8 as per IS: 13592 KRISHNA plast pipes/KSR by Kisan irrigation/Finolex/AKG/Supreme/Prince/Ashirwad/Astral

97. Wooden Shutter with frame Siesto Brand by Bramsaria doors or equivalent.

98. uPVC Windows/Doors SIESTO Brand by Bhimsaria Polymers/Duroplast/Fenesta/Komerling/Wintech/Aluplast

99. Cement (OPC/PPC) A.C.C., Jaypee Cement, Ultratech, Shri Cement, GujratAmbuja Cement and Cement Corporation of India.

100. Corrugated GI Sheets Tata, Essar , Sail JSW, Bhusan

101. Colour coated profile sheets Tata (Ezydeck)/Lloyd Superdeck/JSW/Jindal

102. Float Glass Profile Sheet TATA (transparent) Tata, Modiguard, Saint Gobain

103. Aluminium doors & window fittings (Heavy duty) Jyoti , Argent, Everest/Kilong/Alualpha/classic/Ebco

104. Steel/Wood primer / paint ICI delux, nerolac, berger, asian

105. Bitumen 85/25 HPCI, IOCL

106. PVC water storage tanks Sintex, water well, Siltank, Polywell/Plasto/ ‘SILTANK’ by Supreme

107. Bitumen VG-30, VG-10 etc. As per particular specification of item from IOCL, BPCL, HPCL.

108. Rigid Phenolic foam for cold and hot insulation as per IS: 13204

Phenotherm manufactured by Bakelite Hylam ltd

109. Surface Texture Finishes Heritage manufactured by Bakelite Coatings & paints ltd. or equivalent

110. FRP Chhajjas Selected Products Company or equivalent.

111. FRP Porta cabin Selected Products Company or equivalent.

112. G.I. Wire-mesh/Netting Selected Products Company or equivalent.

113. Wall Putty (White Cement based) Buildwell (Walplast Products Pvt. Ltd.)/Birla wall care/JK white/Berger/Asian paints/ferrous Crete

114. AAC block ‘Ecorex’ manufactured by EcorexBuildtechpvt. Ltd. or equivalent.

115. UPVC Agriculture/Pressure pipes and fittings AKG Extrusion Pvt Ltd. or equivalent.

116. UPVC underground drainage & sewerage pipes SN 8 as per IS:15328

KSR by Kisan irrigation/Finolex/AKG/Supreme.

117. Fabrication of aluminium& UPVC doors, windows, Facades including ACP and glazing work

Skyler World or equivalent.

118. Fabrication of aluminium structural glazing and aluminium doors & windows.

KANHA ALU AND FAB PVT. LTD., Raipur or equivalent.

119. Processing and fabrication of glass (toughened, DGU and lamination

Wadhwa Glass Works (P) Ltd., Raipur or equivalent.

120. Glass reinforced Gypsum (GRG) false ceiling ‘Diamond’ manufactured by Diamond International Inexpvt. Ltd/Gyproc by Saint Gobain.

121. Wooden shutter with frame ‘Bhimsaria’ or equivalent

122. PPR-C pipes as per IS: 15801 KSR brand/Supreme

123. PVC fittings as per IS: 10124 and IS: 7834 KSR brand or equivalent

124. PVC underground draingae pipes (structured wall type) as per IS: 16098

Supreme or equivalent

125. PVC septic tanks ‘Safegard’ by Supreme or equivalent

126. PVC underground water tanks ‘Amrutam’ by Supreme or equivalent

127. PVC readymade toilet blocks ‘Cleanage’ by Supreme or equivalent

Page 57: ALL INDIA INSTITUTE OF MEDICAL SCIENCES, RAIPUR · 2019. 10. 28. · 2 | P a g e INDEX Name of Work: - ^Development of lower ground floor of Animal House at AIIMS Raipur. Sl. No From

57 | P a g e

128. PVC chambers & Manholes Supreme or equivalent

129. Pre-Painted/powder coated CRC windows M/s classic engineers and fabricators/ M/s JK Enterprises Jaipur/ Nclalltek&seccolor ltd. Hydrabad/ ultimate safety metals.

130. White cement based polymer modified self curringmortor Ultratech/Dr.Fixit/ Sika/ Fosroc

131. Gypsum plaster Ferrous crete/ Gyproc (Elite-90)/ Ultratech

132. Tile Adhesive Ferrous Crete / Ardex/ Endure (Gold Star)/ Pidilite (Fevimatex)/ Weabr (Saint Gobain)

133. Integral water proofing compound with cement (for plaster & mortar)

FOSROC/ Conplast 421/Dr.fixit : LW+/ Sika : sikacim/Asian Paints: Smart care vitalia& equivalent product of BASF/CICO/ArdexEndura

134. Water proofing for bathroom/toilet/balcony & other wet areas.

Fosroc: Brush Bond/CICO:Tapecrete/Dr.fixti : Pidilite 2k/Sika: Nito Bond/Asian Paints: Damp Block 2k & Equivalent Product of BASF/Ardex endure

135. Crystalline water proofing compound. Fosroc : Fosroc crystalline/Dr.Fixit: Dr.fixit crystalline/Sika: Sika Crystalline/Asian Paints:Crystalline Quart & Equivalent Product of BASF/CICO/ArdexEndura

136. Polycarbonate sheet GE Plastic/Lexan/MG Polyplast

137. Fire rated doors Signum fire protection/Shakti Metdoor/NAVAIR/Sukri/Promat International

138. Stainless steel railing Accessories Jindal/Dorma/Kich/GEZE/Godrej/Hardwyn

139. Stainless steel door & windows fittings Jindal/Dorma/Kich/Dorset/Godrej/Ozone

140. Acrylic Distemper 1st quality (washable/Readymix/Low VOC)

Asian Paints (Tractor Aqua Lock Paint)/ Berger: commando or equivalent paints of Nerolac or ICI-Dulux.

141. Plastic emulsion plaint Asian paint: (Apcolite Heavy Duty Premium Emulsion paint)/ Nerolac :Impressio/Berger:Easy clean/ICI-Dulax:Velvet touch

142. Acrylic Smooth Exterior Paint Asian Paint : (Apex/ Professional Premium Exterior Emulsion/ Nerolac: XL/Berger: Weather coat/ICI-Dulux: Weather Shieled

143. Premium Acrylic Smooth Exterior Paint with Silicon Additive

Asian paint: Apex Ultima/Nerolac: XL Total/Berger: Weather coat all guard/ICI dulux: Weather Shield max

144. Fire paint Asian paints/Akzo Nobel Coatings India ltd./ PROMAT/Jotun

145. D.I. Pipes & fittings Electrosteel/Jindal/Tata Ductura/Kapilansh/Kesorom

146. C.I. manhole covers, frames & CI Gratings Neco/Raj iron Foundary Agra/BIC/SKF/Kapilansh

147. SFRC manhole cover & Grating K.K./Jain Pragati

148. C.P. Brass fittings (Superior Range) Jaquar/Grohe/Roca

149. Sanitary ware fittings & Accessories (Superior range) Kohler/Roca/Hindware/Parryware

150. Mirror glass Atul/Modi Guard/Golden Fish

151. Extruded Polystyrene Insulation Board Dow Corning/Supreme/Taxes/Analco

152. Heat Resistant Tiles Swastik/Thermatek

153. Floor Hardener Ironite/Ferrok/Hardonate

154. Modular Expansion Joint Herculus/Sanfield India Ltd. Vexcolt

155. Glass Wool Dow Coring/ U.P. Twinga/Isover

156. UPVC Doors and window hardware Rotto/Dorset/Kinlong

157. AAC Block adhesive Ecorex/Ultratech/ArdexEndura/Ferrous Crete

158. Ready Mix Plaster Ultratech/Ferrous Crete/Saint Gobain

159. Post tension slab Ultracon technology limited/Tech-9/CRUX 160. Acoustical Wall paneling Hush or equivalent to be decided by Engineer-in-charge.

Page 58: ALL INDIA INSTITUTE OF MEDICAL SCIENCES, RAIPUR · 2019. 10. 28. · 2 | P a g e INDEX Name of Work: - ^Development of lower ground floor of Animal House at AIIMS Raipur. Sl. No From

58 | P a g e

PROFORMA OF SCHEDULES (A To F)

SCHEDULE ‘A’

Schedule of quantities (as per PWD-3) : (Attached in e-procurement portal)

SCHEDULE 'B'

Schedule of materials to be issued to the contractor: -

SR. NO.

Description of item

Quantity Rates in figures & words at which the material will be charged to the contractor

Place of Issue

1 2 3 4 5

NIL

SCHEDULE ‘C’

Tools and plants to be hired to the contractor: -

Sr. No. Description Hire charges per day Place of issue

1 2 3 4

NIL

SCHEDULE ‘D’

Extra schedule for specific requirements / document for the work, if any

: As attached in tender form for the work, if Any.

SCHEDULE ‘E’

Reference to General Conditions of contract

: CPWD General Conditions of Contract 2014 Corrected as per CON Circular up to last date of submission of bid.

NAME OF WORK:

: “Development of lower ground floor of Animal House at AIIMS Raipur.”

Estimated cost of work : 17,32,741.00 Civil- Rs. 6,43,359.00

Electrical- Rs. 10,89,382.00

(i) Earnest Money : 34,700.00 (ii) Performance Guarantee : 5% of Tendered Value (iii) Security Deposit : 2.5% of Tendered Value

SCHEDULE ‘F’

GENERAL RULES & DIRECTIONS

Officer inviting tender : Executive Engineer (Civil), AIIMS Raipur on behalf of

Director AIIMS Raipur Maximum percentage for quantity of items of work to be executed beyond which rates are to be determined in accordance with Clauses 12.2 & 12.3

: See below

Page 59: ALL INDIA INSTITUTE OF MEDICAL SCIENCES, RAIPUR · 2019. 10. 28. · 2 | P a g e INDEX Name of Work: - ^Development of lower ground floor of Animal House at AIIMS Raipur. Sl. No From

59 | P a g e

DEFINITIONS: -

2(viii) Accepting Authority : Executive Engineer, AIIMS Raipur (C.G.) 2(v) Engineer -in- Charge (EIC) : Executive Engineer, AIIMS Raipur (C.G.) 2(x) Percentage on cost of materials and Labour

to cover all overheads and profits

: 15%

2(xi) Standard Schedule of Rates : For Electrical- Delhi Schedule of Rates 2018 (E&M), with up to date correction slips (up to date of Submission of NIT) & Market Rate. For Civil- Delhi Schedule of Rates 2018 , with up to date correction slips (up to date of Submission of NIT) & Market Rate.

2(xii) Department : Project Cell, AIIMS Raipur 9(ii) Standard CPWD Contract Form : All uploaded documents

Clause 1 (1) Time allowed for submission of

Performance Guarantee from the date of issue of letter of acceptance

: 07 Days

(2) Maximum allowable extension with late fee at 0.1% / day of PG amount beyond the period provided in (i) above.

: 07 Days

Clause 2

Authority for fixing compensation under Clause- 2 : Superintending Engineer/ Director, AIIMS Raipur

Clause 2A

Whether Clause 2A shall be applicable : Not Applicable

Clause 5

Number of days from the date of issue of letter of acceptance for reckoning date of start

: 14 Days

Time allowed for execution of work – 90 days

Authority to decide:

(i) Extension of time : Executive Engineer, AIIMS Raipur (ii) Rescheduling of mile-stones : Superintending Engineer/ Director, AIIMS Raipur (iii) Shifting of date of start in case of delay in

handing over the site. : Superintending Engineer/ Director, AIIMS Raipur

Clause 6, 6A

Clause applicable - (6 or 6A) : 6A/6

Page 60: ALL INDIA INSTITUTE OF MEDICAL SCIENCES, RAIPUR · 2019. 10. 28. · 2 | P a g e INDEX Name of Work: - ^Development of lower ground floor of Animal House at AIIMS Raipur. Sl. No From

60 | P a g e

Clause 7

Gross work to be done together with net payment /adjustment of advances for material collected, if any, since the last such payment for being eligible to interim payment.

:

Estimate cost put to tender

i. Upto Rs. 10 lacs – Nil

ii. More than Rs. 10 and upto 50 lacs – Rs. 15 lacs

iii. More than Rs. 50 lacs – Rs. 25 lacs

Clause 10A

List of testing equipment to be provided by the contractor at site laboratory.

: Not Applicable

Clause 10B

Whether Clause 10 B (i) shall be applicable

Whether Clause 10 B (ii) shall be applicable

: Applicable

: Not Applicable

Clause 10C

Component of labour expressed as per-cent of value of work

: Not applicable

Clause 10CA : Not applicable

Sr. No. Material covered under this clause

Nearest Materials (other than cement, reinforcement bars and the structural steel) for which All India Wholesale Price Index to be followed

Base price and its corresponding period of all materials covered under clause 10 CA *

--- Nil --

Clause 10CC

Clause 10 CC to be applicable in contracts with stipulated period of completion exceeding the period shown in next column

: Not Applicable

Clause 11

Specifications to be followed for execution of work :

CPWD Specifications with up to date correction slips, (up to date of receiving of tender) and, Technical Specifications as mentioned in tender documents.

Clause 12

Type of Work : Original Work

12.2 & 12.3:

Deviation Limit beyond which clauses 12.2 & 12.3 shall apply.

: As per CPWD Works manual-2019

Page 61: ALL INDIA INSTITUTE OF MEDICAL SCIENCES, RAIPUR · 2019. 10. 28. · 2 | P a g e INDEX Name of Work: - ^Development of lower ground floor of Animal House at AIIMS Raipur. Sl. No From

61 | P a g e

12.5:

(i) Deviation Limit beyond which Clause - 12.2 & 12.3 shall apply for Foundation Work (Except Earth Work).

: As per CPWD Works manual-2019

(ii) Deviation Limit for items in earth work subhead of DSR or related items.

: As per CPWD Works manual-2019.

Clause 16

Competent Authority for deciding reduced rates. : Superintending Engineer/ Director, AIIMS Raipur

Clause 18

List of mandatory machinery, tools & plants to be deployed by the contractor at site

: As required by Engineer -in- Charge

Clause 25

Constitution of Dispute Redressal Committee (DRC): AIIMS, Raipur

Clause 36 (i) : Applicable

Requirement of Technical Representative(s) and recovery rate SNo Minimum

Qualification of Technical Representative

Discipline Designation (Principal Technical / Technical representative)

Minimum experience

Number Rate at which recovery shall be made from the contractor in the event of not fulfilling provision of Clause 36(i)

Figures Words

1 Graduate Engineer

Electrical/Civil Principal Technical Representative

2 - years ONE Rs. 15,000/- PM

Rupees Fifteen Thousand Per Month each

OR Diploma Engineer

Electrical/Civil (Project Planning/ Site/ billing Engineer)

5-years ONE Rs.15000/-PM.

Rupees Fifteen Thousand Per Month each

1. Assistant Engineers retired from Government services that are holding Diploma will be treated at par with Graduate Engineers

2. Diploma holder with 10 years relevant experience with a reputed construction company can be treated at par with graduate Engineer for the purpose of such deployment subject to the condition that such diploma holders should not exceed 50% of the requirement of Graduate Engineers.

Clause 42 : Not applicable